HomeMy WebLinkAbout2025-09-30 - Agendas - Final
113 W Mountain Street, Room 101
Fayetteville, AR 72701
Transportation Committee Agenda
(Immediately Following City Council Agenda Session)
City Hall Room 101 / Virtual Meeting Via Zoom
Tuesday, September 30, 2025
5:30 PM
Members
Committee Chair Sarah Moore
Council Member Robert "Bob" Stafford
Council Member Sarah Bunch
Council Member Min. Monique Jones
City Staff
Public Works Director / City Engineer Chris Brown
Assistant Public Works / Transportation Services Director Terry Gulley
Transportation Committee September 30, 2025
City of Fayetteville, Arkansas Page 2
Zoom Information
Webinar ID: 860 7794 4565
Registration Link: Zoom Link
Call to Order
Roll Call
New Business
1. ADM-2025-0036: Administrative Item (E. PUMP STATION RD & S. DEAD
HORSE MTN RD/ CITY OF FAYETTEVILLE, WATERSHED CONSERVATION
RESOURCE CENTER, BENTON, 604 & 605): Submitted By The CITY OF
FAYETTEVILLE For Property Located At E. PUMP STATION RD & S. DEAD
HORSE MTN RD. The Property Is Zoned P-1, INSTITUTIONAL, And R-A,
RESIDENTIAL-AGRICULTURAL And Contains Approximately 434.80 Acres.
The Request Is To Modify The Master Street Plan.
Review of a proposed Master Street Plan amendment. Staff requests a
recommendation from the Committee to the City Council. -
2. Contract With Michael Baker International For Design Of Improvements To
I-49/Stephen Carr
Staff requests a recommendation of approval for a contract with Michael Baker
Consultants for the I-49/Stephen Carr Memorial Blvd. Interchange
Improvements -
3. E-Scooter Ordinance Revision
Staff requests a Transportation Committee recommendation to the City Council
for approval of an amendment to City Ordinance 75.01 Operation of Electric
Motorized Scooters to remove the requirement for people riding e-scooters to
dismount at crosswalks to have right of way. -
Reports and Presentations
4. Salem Bikeway Plan Review
Transportation Committee September 30, 2025
City of Fayetteville, Arkansas Page 3
Staff recommends approval of bikeway striping plans for N. Salem Bikeway
plans from Wedington Dr. to Essex Dr. This item was forwarded by the Active
Transportation Advisory Committee (ATAC) -
5. Crosswalk Visibility And Compliance
Overview of mid-block crosswalk enhancements
Woolsey Ave. and North Street crosswalk review -
6. Connected Communities Workshop - November 6Th
-
7. Hwy 112 Median Opening Request
Hwy 112 (Garland Ave) - Request to Modify Raised Median -
Informational Items
8. Hwy 112 Supplement Agreement #3
Hwy 112 Supplemental Agreement #3 with Burns & McDonnell Engineering
Company -
9. North Street Agreement Of Understanding
North Street (Garland Ave to College Ave) - Agreement of Understanding with
ARDOT -
10. NWARPC Transportation Alternatives Program Grant For Transit Stop
Enhancements
Transit Stop Enhancements - Transportation Alternatives Grant Agreement of
Understanding with ARDOT in the amount of $150,000 -
Adjournment
NOTICE TO MEMBERS OF THE AUDIENCE
Mailing address:
113 W. Mountain Street
Fayetteville, AR 72701
www.fayetteville-ar.gov
Transportation Committee Memo
2025-1814
Meeting of September 30, 2025
To: Transportation Committee
Thru:
From: Jessica Masters, Planning Director
Subject: ADM-2025-0036: Administrative Item (E. PUMP STATION RD & S. DEAD HORSE MTN
RD/ CITY OF FAYETTEVILLE, WATERSHED CONSERVATION RESOURCE CENTER,
BENTON, 604 & 605): Submitted by the CITY OF FAYETTEVILLE for property located
at E. PUMP STATION RD & S. DEAD HORSE MTN RD. The property is zoned P-1,
INSTITUTIONAL, and R-A, RESIDENTIAL-AGRICULTURAL and contains
approximately 434.80 acres. The request is to modify the master street plan.
Recommendation:
City Planning staff and the Planning Commission recommend approval of a request to amend the 2040 master
street plan to remove an approximately 1-mile stretch of a planned Neighborhood Link Street, extending from
E. Pump Station Road to S. Dead Horse Mountain Road, as described and shown in the attached Exhibits ‘A’
and ‘B.’
Background:
The subject area is in southeast Fayetteville and situated between the West Fork of the White River and S.
Dead Horse Mountain Road. This area encompasses multiple parcels, including about 223 acres of land that
was purchased in 2023 in a three-party agreement with the Watershed Conservation Resource Center, the
Beaver Water District, and the City of Fayetteville (Res. 257-22). A significant portion of the site lies within a
FEMA-designated floodplain, and hydric soils are present throughout the area.
Request: City staff is requesting an amendment to the 2040 Master Street Plan to remove an approximately
one-mile section of a planned Neighborhood Link Street, extending from E. Pump Station Road, across the
West Fork of the White River, and ultimately terminating at S. Dead Horse Mountain Road.
Public Comment: Staff received public comment in support of staff’s request to remove the connection, and
inquiries about the proposal and concerns about any impending residential development.
Discussion:
The planned connection has been on the Master Street Plan since 2007 (Resolution 161-07) where it was
originally classified as a Collector Street; this is the equivalent of a Neighborhood Link Street under 2040
Master Street Plan standards. It was upgraded to a minor arterial in 2011 with the adoption of City Plan 2030
(Resolution 146-11) and then received its current designation in 2020 with the adoption of City Plan 2040
(Resolution 15-20).
The Master Street Plan is intended to serve as a policy document to help guide decisions regarding location,
form, function, design, and classifications of streets. The Plan considers infrastructure and anticipates where
new building developments might occur to plan for possible street connections and capital expenditures. The
Master Street Plan is not intended to serve as a formal land acquisition, an allocation of funding, or a
construction document, nor does it establish a final alignment.
Mailing address:
113 W. Mountain Street
Fayetteville, AR 72701
www.fayetteville-ar.gov
Given the proposed connection’s location on property now owned for the purpose of permanent conservation
and natural restoration, and that there are multiple City plans to conserve, protect, and rehabilitate this area in
perpetuity, staff recognizes that fulfilling this connection may run counter to the public’s interest. These plans
include redevelopment of Combs Park, which is also in the direct path of the proposed connection. Beyond
ownership questions, constructability of this connection is limited, given restrictions on FEMA-protected land,
as well as streamside protection requirements that would be costly to achieve (see attached memo from the
City Engineering Division on this). While the City recognizes the lack of east/west connections in this area, staff
recognize that this location is not feasible. Additionally, due to frequent flooding and environmental constraints
along the West Fork of the White River, staff cannot reasonably propose an alternative automotive route and
instead recommend reinforcing the planned Saint Paul trail from the Active Transportation Plan for potential
emergency vehicle use while limiting further development in the affected area to the east to the extent
possible.
At the September 8, 2025 Planning Commission meeting, Commissioners unanimously supported the
connection’s removal from the Master Street Plan. Commissioners offered little comment, finding that the
removal was in line with the City’s goals for the area. Two members of the public spoke at the meeting; one
was in support of the request to remove the connection, and the other had questions about whether homes
would be developed in the area. No housing is proposed with this development.
Budget/Staff Impact:
N/A
Attachments: EXHIBIT A, EXHIBIT B, PLANNING COMMISSION STAFF REPORT
D
E
A
D
H
O
R
S
E
M
O
U
N
TA
IN
RD
R-A
I-2
C-2
RSF-1
RSF-4
P-1
CS
C-1
I-1
Neighborhood Link
Regional Link - High Activity
Residential Link
Planned Neighborhood Link
Hillside-Hilltop Overlay District
Planning Area
Fayetteville City Limits
Trail (Proposed)
Close Up View
ADM-2025-0036 E. PUMP STATION RD & S.
DEAD HORSE MTN RD
N
0 575 1,150 1,725 2,300287.5
Feet
Subject Property
1:9,400
EXHIBIT A
Guiding Policies
14
1
Fi
g
u
r
e
1
2
.
7
-
M
a
s
t
e
r
S
t
r
e
e
t
P
l
a
n
M
a
p
WWhhiittee
OOaakk
Turner StTurner St
Vantage DrVantage Dr
LLaakkeevviieeww
DDrr
Sunshine RdSunshine Rd
Jess Anderson Rd
Jess Anderson Rd
MMaappllee
SStt
Douglas St
Douglas St
HHyyllttoonn RRdd
Rockwood Trl
Rockwood Trl
SShhiilloohhDDrr
Weir Rd
Weir Rd
Village Lake Dr
Village Lake Dr
CCeenntteerrSStt
George Anderson RdGeorge Anderson Rd
DDoouubblleeSSpprriinnggss RRdd
HHoollllaanndd DDrr
Prairie St
Prairie St
DDrraakkee
SStt
Ash St
Ash St
BBuucchhaannaannAAvvee
Ray AveRay Ave
FF
uu
ttrr
aa
llll
DDrr
LLeevveerreetttt AAvvee
Starr DrStarr Dr
Starr DrStarr Dr
Millsap Rd
Millsap Rd
DDoo
gg
ww
oo
oo
dd
DDrr
SSpprriinngg
SStt
Roberts RdRoberts Rd
SSaalleemm RRdd
Markham Rd
Markham Rd
Cato Springs Rd
Cato Springs Rd
CCaammeelllliiaaLLnn
Alberta St
Alberta St
Carley RdCarley Rd
Piazza RdPiazza Rd
Park AvePark Ave
Poplar St
Poplar St
EEddEEddwwaarrddss
RR
dd
EEddEEddwwaarrddss RRdd
SSttoonneeMMoouunnttaaiinn
DDrr
Stubblefield Rd
Stubblefield Rd
Government AveGovernment Ave
Wilson St
Wilson St
Heritage AveHeritage Ave
MMaayywwooooddRRdd
East Oaks DrEast Oaks Dr
MMaallllyy WWaaggnnoonn RRdd
Overcrest St
Overcrest St
Persimmon St
Persimmon St
Persimmon St
Persimmon St
CC lluubb HHoouussee PPkkwwyy
Powell StPowell St
GGuunnCClluubbRRdd
GGuunn
CClluubb
RRdd
Bishop Dr
Bishop Dr
Harold St
Harold St
WW
ee
ii
rr
RRdd
Miller St
Miller St
Ellis Ave
Ellis Ave
Rebecca St
Rebecca St
Prospect St
Prospect St
NNeeww
BBrriiddggee
RRdd
Dakota Trl
D
akota Trl
Hill AveHill Ave
BBeerrkklleeiigghh DDrr
Wolfdale Rd
Wolfdale Rd
Goff Farm Rd
Goff Farm Rd
Futrall Dr
Futrall Dr
Dickson St
Dickson St
BBrree
aa
kk
ss
tt
oo
nneeDDrr
Duncan AveDuncan Ave
TToowwnnsshhiipp
SStt
Winwood DrWinwood Dr
13th St
13th St
Stone St
Stone St
54th Ave54th Ave
7th St
7th St
Duncan AveDuncan Ave
Plum Tree DrPlum Tree Dr
WWhhiippppoooorrwwiillllCCtt
CCoolloonniiaallDDrr
CC
hh
ee
rr
ookkeeee
DDrr
Gibson Hill Rd
Gibson Hill Rd
RRiiddggeewwaayy
DDrr
PPeerrssiimmmmoonn
SStt
Stone St
Stone St
Morning Mist Dr
Morning Mist Dr
Howard Porter RdHoward Porter Rd
Stearns St
Stearns St
Riviera Pl
Riviera Pl
GGrreeeennvviieewwDDrr
Happy Hollow RdHappy Hollow Rd
18th St
18th St
Mclaren Dr
Mclaren Dr
Harris
Dr
Harris
Dr
HHeeaarrtthhssttoonnee
DD
rr
Southwinds Rd
Southwinds Rd
KKaatthheerriinneeAAvvee
FFuuttrraallllDDrr
LLaaccyy
DDrr
Crystal Dr
Crystal Dr
CCaammbbrriiddggeeSStt
Sellers Rd
Sellers Rd
DDooyynneeHHaammmm DDrr
Hosta DrHosta Dr
15th St
15th St
Olive AveOlive Ave
FFiinnggeerrRRdd
BBuullllddooggBBllvvdd
Cleveland St
Cleveland St
VVaannHHoooossee DDrr
Gregg AveGregg Ave
Mcclinton St
Mcclinton St
46th Ave46th Ave
CClliiffffss
BBll
vvdd
Shelton RdShelton Rd
PPeemmbbrrookkee
RR
dd
CCll
eeaarr
CCrreeeekkBBllvvdd
Black Oak Ave
Black Oak Ave
MMaallllAAvvee
Jimmy Devault Rd
Jimmy Devault Rd
Klenc RdKlenc Rd
Ashwood AveAshwood Ave
TTrreennttoonnBBllvvdd
CCllyyddee
CCaarrnneess
RRdd
LLaakkee
SSeeqquuooyyaahh
RRdd
Fairlane St
Fairlane St
Pump Station Rd
Pump Station Rd
Julio Rd
Julio Rd
Bel Air Dr
Bel Air Dr
24th St
24th St
Gregg AveGregg Ave
Highland AveHighland Ave
Wesley Stevens RdWesley Stevens Rd
Meandering Way
Meandering Way
MMeellmmaarr
DDrr
Wood AveWood Ave
SS
hhiilloohh DDrr
Albright Rd
Albright Rd
Milo Way
Milo Way
Richardson Rd
Richardson Rd
51st Ave51st Ave
56th St56th St
Sh
il
oh
D
r
S
hilo
h
D
r
GGrreeeennAAccrreessRRdd
CClleeaarrCCrreeeekkRRdd
Brooks Ave
Brooks Ave
PP
ii
nn
OO
aa
kk
RR
dd
Gardner RdGardner Rd
AAddaammss RRdd
MMoouunnttCCoommffoorrttRRdd
SSuunnrriissee
MMoouunnttaaiinnRRdd
SSoonnoorraa
RRdd
RRoocckkyy
CCrreeeekk
RRdd
Fieldstone AveFieldstone Ave
Magnolia Dr
Magnolia Dr
HarrisHarris
Arrowhead St
Arrowhead St
Drake St
Drake St
CCuusstteerrLLnn
LLoovveerrssLL
nn
Shady Grove Rd
Shady Grove Rd
EErrvvaannBBeeeekkss
RRdd
EErrvvaann
BBeeeekkss
RRdd
Fisher RdFisher Rd
WWhheeeelleerrHHeeiigghhttss
RRdd
Williams Rd Williams Rd
Elaine Ave
Elaine Ave
Pianalto RdPianalto Rd
BB
ll
aa
cc
kk
NNuu
rr
ss
eerr
yy
SShhaaee
ff
ff
ee
rr
RRdd
CC
lliinn
ttoo
nn
DD
rr
NNeeiillllssBBlluuffffRRdd
Betty Jo DrBetty Jo Dr
Kelly
Ave
Kelly
Ave
Woolsey Farm Rd
Woolsey Farm Rd
EEllkkhhoorrnn
SSpprriinn
gg
ss
RR
dd
SSuummmmeerrRRaaiinnRRdd
Riches RdRiches Rd
Van Asche Dr
Van Asche Dr
RRhheeaass
MMiillll
RRdd
RRhheeaass
MMiillll
RRdd
RRhheeaass
MMiillll
RRdd
Starnes RdStarnes Rd
Sunbridge Dr
Sunbridge Dr
Columbia DrColumbia Dr
WWiillssoonn
HHoollllooww
RRdd
LLaakkee SSeeqquuooyyaahh DDrr
Ivey Ln
Ivey Ln
Floyd Rd
Floyd Rd
Stone Bridge RdStone Bridge Rd
BBlluuee JJaayyLLnn
RRoocc
kk
cclliiffff
RRdd
RRooddggeerrss
DDrr
Forest Hills Dr
Forest Hills Dr
Johnson RdJohnson Rd
HH
aa
rrrriiss
RR
dd
HHaarrrriiss RRdd
Sherry Rd
Sherry Rd
BBrriiddggeewwaatteerr
LLnn
CClleeaarrWWaatteerrRRdd
CClleeaarrWWaatteerrRRdd
Don Tyson Pkwy
Don Tyson Pkwy
DDeeaannee SSoolloommoonn RRdd
Buddy Elkins Rd
Buddy Elkins Rd
SStteeeelleeRRdd
SS
tt
eeeellee
RRdd
Hughmount RdHughmount Rd
EErrnneessttLLaannccaasstteerrDDrr
PPlluummbbeerroossaaDDrr
WW
rriigghhttRRdd
VVaauugghhaann RRdd
CCaammppbbeellll
LLnn
Jack Mcclure Rd
Jack Mcclure Rd
Dowell RdDowell Rd
SS
aavvooyyRRdd
Dot Tipton Rd
Dot Tipton Rd
JJoohhnnGGaarrrriiss
oo
nn
RR
dd
Wilson Ln
Wilson Ln
SSaalleemmRRdd
BBiillll
SSeelllleerrss
RRdd
WWeeiirr
RRdd
HHiigghhllaannddCChhuurrcchh
RR
dd
Fox Trl Fox Trl
OOaakkBBaaiilleeyyDDrr
Beechwood AveBeechwood Ave
Garland AveGarland Ave
Lewis AveLewis Ave
Rupple RdRupple Rd
CCuurrttiissAAvvee
VViieewwppooiinnttDDrr
GGoollffCClluubbDDrr
Kornhaus RdKornhaus Rd
MMeeaaddoowwllaannddssDDrr
44
88
tt
hh
SStt
AAsssseemmbbllyyDDrr
CCaammbbrriiddggeeRRdd
CCoouunnttrryyCClluubbDDrr
Chestnut AveChestnut Ave
Sang AveSang Ave
AAzzaalleeaaTTeerr
Tallgrass DrTallgrass Dr
NNee
ww
HHooppee
RRdd
Hunter StHunter St
Hunt LnHunt Ln
Oakland AveOakland Ave
Block AveBlock Ave
School AveSchool Ave
West AveWest Ave
High AveHigh Ave
LLooxxlleeyy AAvvee
Mcconnell AveMcconnell Ave
Washington AveWashington Ave
FFrroonnttSStt
College AveCollege Ave
Elizabeth AveElizabeth Ave
Stadium Dr Stadium Dr
Locust StLocust St
Cris Hollow RdCris Hollow Rd
Wilson AveWilson Ave
Fletcher AveFletcher Ave
Sang AveSang Ave
Juneway Ter
Juneway Ter
Willow AveWillow Ave
HHoowwaarrdd
NN
iicc
kk
ee
llll
RRdd
RReeddFFooxxDDrr
OOllddMMiillllRRdd
SSkkyylliinnee DDrr
Garland Mckee RdGarland Mckee Rd
Woolsey AveWoolsey Ave
Parkview DrParkview Dr
WWaarrwwiicckkDDrr
HHiiddddeenn CCrreeeekkDDrr
EErriikkaa AAvvee
Bob Younkin DrBob Younkin Dr
CCaarrllssbbaaddTTrrccee
WWaallnnuuttDDrr
DDiinnssmmoorreeTTrrll
Steele BlvdSteele Blvd
CCaannddlleewwooooddDDrr
OO
lldd
FF
aa
rr
mmiinnggttoonnRRdd
FFrroonnttaaggeeRRdd
4488tthhSStt
FFrriissccooDDrr
JJiimmBBrrooookkssRRdd
Giles RdGiles Rd
Harvey Dowell RdHarvey Dowell Rd
VVaannddeerrggrriiffffDDrr
TThhuunnddeerrRRdd
SSttrraawwbbeerrrryyPPllaannttRRdd
B r o y l e s S tBroyles S t
HHaarrmmoonnRRdd
OO lldd MM ii ss ss oo uu rr ii RR ddCCrroossssoovveerrRRdd
MM
aa
ii
nn
DD
rr
DD
ee
aa
nn
ee
SS
tt
H
o
w
a
r
d
N
i
c
k
e
l
l
R
d
H
o
w
a
r
d
N
i
c
k
e
l
l
R
d
PP oo rr tt ee rr RRdd
M
i
s
s
i
o
n
B
l
v
d
M
i
s
s
i
o
n
B
l
v
d
CCrroossss oovv ee rr RR dd
HH aa bb bb ee rr tt oo nn RR dd
RRoolllliinn
gg
HH
ii
ll
ll
ss
DD
rr
HH uu nn tt ee rr SS tt
Old Wire Rd
Old Wire Rd
GG
oo
oo
ss
ee
CC
rr
ee
ee
kk
RR
dd
R u p p l e R dRupple R d
JJ
oo
yy
cc
ee
BB
ll
vv
dd
NN
oo
rr
tt
hh
SS
tt
B u t t e r f i e l d C o a c h R dButterfield C o a c h R d
M o r n i n g s i d e D rMorningside D r
TT
oo
ww
nn
ss
hh
ii
pp
SS
tt
WWiillssoonn
SStt
SScchhooooll AAvvee
F
u
l
b
r
i
g
h
t
E
x
p
y
F
u
l
b
r
i
g
h
t
E
x
p
y
MM
ii
ss
ss
ii
oo
nn
BB
ll
vv
dd
WW
ee
dd
ii
nnggttoonn
DDrr
M
a
p
l
e
S
t
M
a
p
l
e
S
t
W
e
d
i
n
g
t
o
n
D
r
W
e
d
i
n
g
t
o
n
D
r
CCaattoo SS pp rr ii nn gg ss RR dd
CCaattoo
SS
pprriinn
gg
ss
RR
dd
D o u b l e S p r i n g s R dDouble S p r i n g s R d
H
u
n
t
s
v
i
l
l
e
R
d
H
u
n
t
s
v
i
l
l
e
R
d
D
i
c
k
s
o
n
S
t
D
i
c
k
s
o
n
S
t
H
w
y
1
7
0
H
w
y
1
7
0
HH aa rr mm oonn RRdd
S
y
c
a
m
o
r
e
S
t
S
y
c
a
m
o
r
e
S
t
MM
aa
ii
nn
SS
tt
CC ii tt yy LL aa kk ee RR dd
R a z o r b a c k R dRazorback R d
Z
i
o
n
R
d
Z
i
o
n
R
d
Maestri Rd
Maestri Rd
DD
oo
nn
TT
yy
ss
oo
nn
PP
kk
ww
yy
D
o
n
T
y
s
o
n
P
k
w
y
D
o
n
T
y
s
o
n
P
k
w
y
J o h n s o n R dJohnson R d
G r e g g A v eGregg A v e
GGaarrllaannddAAvvee
BB
rr
oo
yylleess AA vv ee
WW
yy
mm
aa
nn
RR
dd
MM
ii
ss
ss
ii
oo
nn
BB
ll
vv
dd
JJ
oo
hh
nn
ss
oo
nn
MMiillll
BBllvvdd
T h o m p s o n S tThompson S t
CCrroossssoovveerr
RRdd
HHaarrmmoonn RRdd
CC rr oo ss ss oo vv ee rr RRdd
A r m s t r o n g A v eArmstrong A v e
W
e
d
i
n
g
t
o
n
D
r
W
e
d
i
n
g
t
o
n
D
r
OO aa kk ll aa nn dd ZZ ii oo nn RR dd
M
o
u
n
t
C
o
m
f
o
r
t
R
d
M
o
u
n
t
C
o
m
f
o
r
t
R
d
WW
hh
ee
ee
ll
ee
rr
RR
dd
FFuullbbrriigghhttEExxppyy
S
k
i
l
l
e
r
n
R
d
S
k
i
l
l
e
r
n
R
d
CC oo llll ee ggee AAvvee
MM
aa
ii
nn
SS
tt
GG
oo
oo
ss
ee
CC
rr
ee
ee
kk
RR
dd
RRuuppppllee
RR
dd
WW
yy
mm
aa
nn
RR
dd
W
y
m
a
n
R
d
W
y
m
a
n
R
d
G
u
l
l
e
y
R
d
G
u
l
l
e
y
R
d
GG uu ll ll ee yy RR dd
OO ll dd MM ii ss ss oo uurrii RRdd
4 0 t h S t40th S t
RR
ee
ee
dd
VV
aa
ll
ll
ee
yy
RR
dd
HHuunnttssvviillllee
RRdd
Z
i
o
n
R
d
Z
i
o
n
R
d
HH
aa
mmeessttrriinnggRRdd
TT
oo
ww
nn
ss
hh
ii
pp
SS
tt
S a l e m R dSalem R d
LLiitt tt llee EE ll mm RR dd
L i t t l e E l m R dLittle E l m R d 8 5 t h A v e85th A v e
HH
uu
nn
tt
ss
vv
ii
ll
ll
ee
RRdd
SScchhoooollAAvvee
GG rr ee gg gg AA vvee
OO
ll
dd
WW
ii
rr
ee
RR
dd
FFooxx
HHuunn
tt
ee
rr
RR
dd
S a s s a f r a s H i l l R dSassafras H i l l R d
BBllaacckkOOaakkRRdd
MM aa ii nn AA vv ee
G
u
y
T
e
r
r
y
R
d
G
u
y
T
e
r
r
y
R
d
Hwy 62
Hwy 62
BBaarrrriinnggttoonn
WWhheeeelleerrRRdd
WW
hh
ee
ee
ll
ee
rr
RR
dd
DD
oo
uu
bb
ll
ee
SS
pp
rr
ii
nn
gg
ss
RR
dd
H
w
y 62
H
w
y 62
Black Oak Rd
Black Oak Rd
B
o
w
e
n
B
l
v
d
B
o
w
e
n
B
l
v
d
W
e
d
i
n
g
t
o
n
D
r
W
e
d
i
n
g
t
o
n
D
r
H a r m o n R dHarmon R d
College Ave
College Ave
A
r
b
o
r
A
c
r
e
s
A
v
e
A
r
b
o
r
A
c
r
e
s
A
v
e
WW
ii
ll
lloouugghhbbyy
RRdd
HH
aammeessttrriinnggRRdd
BBaarrrriinnggttoonn
DDeeaaddHHoorrsseeMMoouunnttaaiinnRRdd
Hwy 16
Hwy 16
HHwwyy111122
CCeenntteerrSStt
H a b b e r t o n R dHabberton R d
HHaabbbbeerrttoonnRRdd
J
o
y
c
e
Bl
v
d
J
o
y
c
e
B
l
v
d
HH
ww
yy
11
77
00
1
5
t
h
S
t
1
5
t
h
S
t
B
e
t
h
e
l
B
l
a
c
k
t
o
p
B
e
t
h
e
l
B
l
a
c
k
t
o
p
B
e
t
h
e
l
B
l
a
c
k
t
o
p
B
e
t
h
e
l
B
l
a
c
k
t
o
p
FF
uu
ll
bb
rr
ii
gg
hh
tt
EE
xx
ppyy
H w y 1 1 2Hwy 1 1 2
1
5
t
h
S
t
1
5
t
h
S
t
DD
oo
nn
TT
yy
ss
oo
nn
PP
kk
ww
yy
HH
ww
yy
11
77
00
OOlldd
WW
iirree
RR
dd
U
a
B
e
e
f
F
a
r
m
R
d
U
a
B
e
e
f
F
a
r
m
R
d
D
r
a
k
e
S
t
D
r
a
k
e
S
t
Map Document: (G:\GIS2\Core Maps\Master Street Plan (2030)\Maps\MSP_2030_FINAL_Esize.mxd)
4/16/2012 -- 2:58:26 PM
Potential Typology
Connection - Regional Link
Connection - Neighborhood Link
Connection - Residential Link
Urban Center
Regional Link - High Activity
Regional Link
Neighborhood Link
Institutional Master Plan
Freeway/Expressway
Park
Planning Area Boundary
City Plan 2040
Master Street Plan
Adopted by the Fayetteville City Council on
January 7th, 2020 Resolution No. ###-##
_____________________________
Mayor
_____________________________
City Clerk
O
0
1
0.5
Miles
EXHIBIT B
TO: Fayetteville Planning Commission
FROM: Jonathan Curth, Development Services Director
Jessie Masters, Planning Director
Justin Bland, Engineering Development Review Manager
MEETING DATE: September 8, 2025
SUBJECT: ADM-2025-0036: Administrative Item (E. PUMP STATION RD & S.
DEAD HORSE MTN RD/ CITY OF FAYETTEVILLE, WATERSHED
CONSERVATION RESOURCE CENTER, BENTON, 604 & 605):
Submitted by the CITY OF FAYETTEVILLE for property located at E.
PUMP STATION RD & S. DEAD HORSE MTN RD. The property is zoned
P-1, INSTITUTIONAL, and R-A, RESIDENTIAL-AGRICULTURAL and
contains approximately 434.80 acres. The request is to modify the master
street plan.
RECOMMENDATION:
Staff recommends forwarding ADM-2025-0036 to City Council with a recommendation of
approval.
RECOMMENDED MOTION:
“I move to forward ADM-2025-0036 to City Council with a recommendation of approval.”
BACKGROUND:
The subject area is in southeast Fayetteville and situated between the West Fork of the White
River and S. Dead Horse Mountain Road. This area encompasses multiple parcels, including
about 223 acres of land that was purchased in 2023 in a three-party agreement with the
Watershed Conservation Resource Center, the Beaver Water District, and the City of Fayetteville
(Res. 257-22). A significant portion of the site lies within a FEMA-designated floodplain, and hydric
soils are present throughout the area. Surrounding land uses and zoning are depicted in Table 1.
Table 1:
Surrounding Land Use and Zoning
Direction Land Use Zoning
North Undeveloped R-A, Residential-Agricultural
South Single-Family
Residential/Agricultural R-A, Residential-Agricultural
West Undeveloped R-A, Residential-Agricultural; P-1, Institutional
East Undeveloped R-A, Residential-Agricultural
Proposal: City staff is requesting an amendment to the 2040 Master Street Plan to remove an
approximately one-mile section of a planned Neighborhood Link Street, extending from E. Pump
Station Road, across the West Fork of the White River, and ultimately terminating at S. Dead
Horse Mountain Road.
Planning Commission
September 8, 2025
ADM-2025-0036 (CITY OF FAYETTEVILLE, WATERSHED CONSERVATION RESOURCE CENTER, BENTON)
Page 1 of 15
DISCUSSION:
The planned connection has been on the Master Street Plan since 2007 (Resolution 161-07)
where it was originally classified as a Collector Street; this is the equivalent of a Neighborhood
Link Street under 2040 Master Street Plan standards. It was upgraded to a minor arterial in 2011
with the adoption of City Plan 2030 (Resolution 146-11) and then received its current designation
in 2020 with the adoption of City Plan 2040 (Resolution 15-20).
The Master Street Plan is intended to serve as a policy document to help guide decisions
regarding location, form, function, design, and classifications of streets. The Plan considers
infrastructure and anticipates where new building developments might occur to plan for possible
street connections and capital expenditures. The Master Street Plan is not intended to serve as
a formal land acquisition, an allocation of funding, or a construction document, nor does it
establish a final alignment.
Given the proposed connection’s location on property now owned for the purpose of permanent
conservation and natural restoration, and that there are multiple City plans to conserve, protect,
and rehabilitate this area in perpetuity, staff recognizes that fulfilling this connection may run
counter to the public’s interest. These plans include redevelopment of Combs Park, which is also
in the direct path of the proposed connection. Beyond ownership questions, constructability of
this connection is limited, given restrictions on FEMA-protected land, as well as streamside
protection requirements that would be costly to achieve (see attached memo from the City
Engineering Division on this). While the City recognizes the lack of east/west connections in this
area, staff recognize that this location is not feasible. Additionally, due to frequent flooding and
environmental constraints along the West Fork of the White River, staff cannot reasonably
propose an alternative automotive route and instead recommend reinforcing the planned Saint
Paul trail from the Active Transportation Plan for potential emergency vehicle use while limiting
further development in the affected area to the east to the extent possible.
Public Comment: Staff has received public comment in response to this request. Most of the
public comment has been related to lack of information about the proposal, though staff has also
received feedback in favor of removing the connection from the master street plan from the private
property owner who owns the land that the street would potentially traverse.
RECOMMENDATION: Staff recommends forwarding this item to City Council with a
recommendation of approval with the following conditions:
Conditions of Approval:
1. Approval of the removal of this segment of the Master Street Plan connection does not
reflect approval of any planned development; any planned developments must be
submitted according to the allowances in relevant city code.
2. When funded, the Saint Paul Trail connection and any associated bridge shall be
reinforced and designed to allow for potential emergency vehicle use.
Planning Commission
September 8, 2025
ADM-2025-0036 (CITY OF FAYETTEVILLE, WATERSHED CONSERVATION RESOURCE CENTER, BENTON)
Page 2 of 15
PLANNING COMMISSION ACTION: Required YES
Date: September 8, 2025 ❒ Tabled ❒ Approved ❒ Denied
Motion:
Second:
Vote:
BUDGET/STAFF IMPACT:
None
ATTACHMENTS:
• One Mile Map
• Close-Up Map
• Current Land Use Map
• Applicant Request Letter
• Engineering Memo
• 2007 Master Street Plan Exhibit
• 2030 Master Street Plan Exhibit
• 2040 Master Street Plan Exhibit
Planning Commission
September 8, 2025
ADM-2025-0036 (CITY OF FAYETTEVILLE, WATERSHED CONSERVATION RESOURCE CENTER, BENTON)
Page 3 of 15
D
E
A
D
H
O
R
S
E
M
O
U
N
T
A
I
N
RD
H U N T S V I L L E R D
PUMP
STATION RD
R-A
P-1
CS
I-1
I-2
C-2
C-1
RSF-4
RSF-1
Neighborhood Link
Regional Link - High Activity
Unclassified
Residential Link
Planned Neighborhood Link
Shared-Use Paved Trail
Trail (Proposed)
Fayetteville City Limits
Planning Area
One Mile View
ADM-2025-0036 E. PUMP STATION RD & S.
DEAD HORSE MTN RD N
0 0.25 0.50.13 Miles
Planning Area
Fayetteville City Limits
Subject Property
Planning Commission
September 8, 2025
ADM-2025-0036 (CITY OF FAYETTEVILLE, WATERSHED CONSERVATION RESOURCE CENTER, BENTON)
Page 4 of 15
D
E
A
D
H
O
R
S
E
M
O
U
N
TA
IN
RD
R-A
I-2
C-2
RSF-1
RSF-4
P-1
CS
C-1
I-1
Neighborhood Link
Regional Link - High Activity
Residential Link
Planned Neighborhood Link
Hillside-Hilltop Overlay District
Planning Area
Fayetteville City Limits
Trail (Proposed)
Close Up View
ADM-2025-0036 E. PUMP STATION RD & S.
DEAD HORSE MTN RD
N
0 575 1,150 1,725 2,300287.5
Feet
Subject Property
1:9,400
Planning Commission
September 8, 2025
ADM-2025-0036 (CITY OF FAYETTEVILLE, WATERSHED CONSERVATION RESOURCE CENTER, BENTON)
Page 5 of 15
D
E
A
D
H
O
R
S
E
M
O
U
N
T
A
I
N
R
D
HUNTS V I L L E R D
Neighborhood Link
Regional Link - High Activity
Unclassified
Residential Link
Planned Neighborhood Link
Trail (Proposed)
Planning Area
Fayetteville City Limits
Current Land Use
ADM-2025-0036 E. PUMP STATION RD & S. DEAD
HORSE MTN RD N
0 600 1,200 1,800 2,400300
Feet
Subject Property
Undeveloped
Agricultural
1:9,800
Planning Commission
September 8, 2025
ADM-2025-0036 (CITY OF FAYETTEVILLE, WATERSHED CONSERVATION RESOURCE CENTER, BENTON)
Page 6 of 15
City of Fayetteville, AR July 16, 2025
Planning Commission and City Council,
In association with the proposed improvements to Combs Park and the West Fork of the White
River, staff requests an amendment to Fayetteville’s Master Street Plan to remove a planned
Neighborhood Link street. The planned street is located between the east end of Pump Station
Road and the intersection of Goff Farm and Dead Horse Mountain Roads. Between these
western and eastern points respectively, the connection is proposed to cross a portion of
Combs Park, the West Fork of the White River, private property, and a portion of property held
in three-party ownership between the City, the Watershed Resource Conservation Center, and
Beaver Water District. Along this path, the planned street is aligned along a generally east-west
path, with a north-south shift near the West Fork of the White River.
Master Street Plan Connection
Planning Commission
September 8, 2025
ADM-2025-0036 (CITY OF FAYETTEVILLE, WATERSHED CONSERVATION RESOURCE CENTER, BENTON)
Page 7 of 15
The reasons for staff’s request are three-fold. First, since 2020 when the current Master Street
Plan was adopted, a larger restoration of the West Fork of the White River has gained
momentum. Among the early manifestations of this was a change in ownership of a large
portion of the planned street’s alignment to the Watershed Resource Conservation Center as a
part of a three-party agreement with the City of Fayetteville and Beaver Water District. This land
transaction is considered as a clear policy indicator that the property is intended to be
conserved for preservation and restoration. A street extension through the area could adversely
impact this objective through associated construction and future impacts from run-off. Further
indication of the city’s commitment to conserving the property came in the form of a 2024 grant
award totaling $4,254,743 from the Environmental Protection Agency through the Climate
Pollution Reduction Grant program.
More recently, conceptual design work for Combs Park, located at the western end of the
planned street (see below in orange), was finalized and approved by the Parks, Natural
Resources, and Cultural Affairs Advisory Board. The plans include extensive river restoration
and water recreation for residents. Extension of City Lake Road along any alignment in the area
will negatively impact the ability to restore this section of the West Fork of the White River or
program the property for its intended Parks use.
Lastly, there are issues of construction and funding feasibility in making the connection of City
Lake Road to Goff Farm Road. As noted above, the planned alignment crosses the West Fork
of the White River, including approximately 4,000 feet, or 75% of the planned street’s length, in
floodplain and floodway. While some degree of floodplain and the associated costs have been a
consistent factor in the street connection’s planning, the combination with the more recent public
initiatives outlined above make financial and construction challenges less likely for prioritization
in the public’s interest.
Planning Commission
September 8, 2025
ADM-2025-0036 (CITY OF FAYETTEVILLE, WATERSHED CONSERVATION RESOURCE CENTER, BENTON)
Page 8 of 15
Of note however, is the impact on area development potential that may occur by removing this
connection. Southeast Fayetteville to the east and south of the West Fork of the White River
lacks connectivity, with two river crossings in city limits: Dead Horse Mountain Road and
Huntsville Road/Highway 16. The planned street that is the subject of this request represents
the only potential crossing in approximately three and one-half miles of the West Fork of the
White Rivers’ course, between Huntsville Road to the northeast and Black Oak Road in
unincorporated Washington County to the southwest. The Dead Horse Mountain Road crossing
in-between is the subject of regular flooding concerns from residents in the area. Given the
breadth of floodplain in the area, conservation priorities, and existing development, staff cannot
identify a viable alternative for automotive connectivity, and therefore finds it pertinent to
highlight the potential limitations for additional development south and east of Goff Farm and
Dead Horse Roads implicit in removing this planned street. In-lieu of an automotive connection,
the planned Saint Paul trail connection remains on the Active Transportation Plan, and staff
recommends future completion of that river crossing consider reinforced construction that can,
in the event of emergency, support the larger vehicles associated with medical, fire, and police
response.
Thank you for the consideration of this request.
Planning Commission
September 8, 2025
ADM-2025-0036 (CITY OF FAYETTEVILLE, WATERSHED CONSERVATION RESOURCE CENTER, BENTON)
Page 9 of 15
Planning Commission
September 8, 2025
ADM-2025-0036 (CITY OF FAYETTEVILLE, WATERSHED CONSERVATION RESOURCE CENTER, BENTON)
Page 10 of 15
TO: Jessie Masters, Development Review Manager
FROM: Justin Bland, Engineering Development Review Manager
DATE: August 29, 2025
SUBJECT: Planning Commission Engineering Comments for
ADM-2025-0036
Engineering Staff is supportive of the request to remove a section of E. Pump Station Road from the
Master Street Plan due to significant environmental, regulatory, and financial challenges
associated with its design and construction. This section of roadway would face several hurdles
for its design and construction, including:
- River and Floodplain Crossing: The route crosses a wide section of the protected West
Fork of the White River including approximately 2,350 linear feet of floodway and an
additional 1,800 linear feet of flood plain. A roadway design would have to adhere to the
requirements of the City’s Flood Damage Prevention Code in addition to any FEMA
requirements.
- Hydric Soils and Wetlands: The alignment traverses approximately 4,100 linear feet of
land with hydric soils, which may indicate the presence of regulated wetlands. The
discovery of wetlands would necessitate additional permitting from the U.S. Army Corps of
Engineers and would likely increase project complexity, cost, and localized environmental
impacts.
- Streamside Protection Area: The road would cross approximately 700 linear foot of
streamside protection area.
- Conservation Impacts: The project would impact land on the east side of the river that has
been designated for conservation by the City and the property owner, the Watershed
Conservation Resource Center.
- Regulatory Permitting: Additional permitting could be required by the Arkansas
Department of Environmental Quality, the EPA, and other regulatory agencies.
A roadway design that addresses all these issues would likely be very expensive and difficult to
construct. The proposed crossing is located at one of the widest sections of the floodplain, which
is the primary basis for the Engineering Staff's recommendation. Ideally, any river crossing would
be located at an area with a narrower floodplain to minimize these environmental and design
challenges.
Planning Commission
September 8, 2025
ADM-2025-0036 (CITY OF FAYETTEVILLE, WATERSHED CONSERVATION RESOURCE CENTER, BENTON)
Page 11 of 15
Planning Commission
September 8, 2025
ADM-2025-0036 (CITY OF FAYETTEVILLE, WATERSHED CONSERVATION RESOURCE CENTER, BENTON)
Page 12 of 15
Scull Creek Multi-Use Trail
Shiloh Multi-U
s
e Trail
Lake Fayetteville Multi-Use Trail
Mud Creek Multi-Use Trail
Saint Paul Multi-Use Trail
G
ulley Park M
ulti-U
se Trail
The Cliffs
Multi-Use Trail
Shiloh M ulti-U se Trail
E HUNTSVILLE RD
N OLD WIRE RD
E
M
IS
SI
O
N B
L
V
D
N CROSSOVER RD
E WYMAN RD
W WEDINGTON DR
N GREGG AVE
S SCHOOL AVE
N STARR DR
S
S
H
AE
F
F
E
R
R
D
E JOYCE BLVD
N GARLAND AVE
E ZION RD
S SHILOH DR
N SALEM RD
E 15TH ST
W 15TH ST
W WHEELER RD
N ADAMS RD
W M
A
R
T
IN
L
U
T
H
E
R
K
IN
G
B
L
V
D
N GULLEY RD
S BLACK OAK RD
S RAZORBACK RD
N FOX HUNTER RD
N RUPPLE RD
W WEDINGTON DR
N O L D M IS S O U R I R D
N S HIL O H D R
W WEIR RD
S F U T R A L L D R
S CITY LAKE RD
W PERSIMMON ST
S CATO SPRINGS RD
N 85TH AVE
W MOUNT COMFORT RD
S ED EDWARDS RD
S HUNT LN
E GUY TERRY RD
W DEANE ST
N SASSAFRAS HILL RD
W DRAKE ST
N F U T R A L L D R
W NORTH ST
N PORTER RD
W SALEM RD
S VAN HOOSE DR
S MALLY WAGNON RD
N COLLEGE AVE
N DEANE SOLOMON RD
W HWY 112
N BROYLES AVE
N DO UBLE S PR IN GS R D
N SUNSHINE RD
S COLLEGE AVE
S ARMSTRONG AVE
W IKA LN
E
GOFF FARM RD
N HUGHMOUNT RD
W SELLERS RD
S FINGER RD
E ALBRIGHT RD
N H W Y 11 2
W CATO SPRINGS RD
N CROSSOVER RD
N STEELE BLVD
PRIVATE 1961
N FRONT ST
S HWY 71
E BRIDGEWATER LN
W F
INGER RD
N ELKINS RD
N MALL AVE
W JESS ANDERSON RD
W DOT TIPTON RD
S 54TH AVE
E GULLEY RD
N 54TH AVE
E MILLSAP RD
S BROYLES AVE
W ALBERTA ST
S DIN SM O R E TRL
S DEAD HORSE MOUNTAIN RD
N OAKLAND ZION RD
E WILL
O
U
G
H
B
Y R
D
S 85TH AVE
S CROSSOVER RD
N RAVEN LN
E VAN ASCHE DR
W G
O
O
S
E
C
R
E
E
K
R
D
N STARNES RD
W 19TH ST
W KNAPP ST
W APPLEBY RD
W 18TH ST
N HARVEY DOWELL RD
W GARRETT DR
W MAPLE ST
W JOYCE BLVD
N HWY 112
N RUPPLE RD
N 54TH AVE
N RUPPLE RD
S SCHOOL AVE
N SALEM RD
N F
U
T
R
A
L
L
D
R
N 54TH AVE
E ZION RD
N SHILOH DR
N
S
H
I
L
O
H
D
R
LA
K
E
SEQU
OY
A
H
LAKE
FA
YETTE
V
IL
LE
LAKE
WI
LSO
N
LAKE
LUCI
LLE
City Plan 2030
Master Street Plan
0
1
0.5
Mile
·
Map Document: (G:\GIS2\Core Maps\Master Street Plan (2030)\Maps\MSP_2030_FINAL_Esize.mxd)
9/9/2011 -- 9:38:58 AM
Future Trails
Multi-Use Trails--Existing
Platted Street
Enduring Green Network
Stream_Polygons
100 YEAR FLOOD
Planning Area Boundary
Hillside/Hilltop Overlay District
PARK
Other Cities
Quarter Mile Grid
EXISTING STREETS
U of A Campus Master Plan
COLLECTOR
FREEWAY/EXPRESSWAY
MINOR ARTERIAL
PRINCIPAL ARTERIAL
PRIN ARTERIAL PKWY
PLANNED STREETS
COLLECTOR
FREEWAY/EXPRESSWAY
MINOR ARTERIAL
PRINCIPAL ARTERIAL
PRIN ARTERIAL PKWY
LOCAL
Downtown Master Plan
ST-37
ST-40 (ONE WAY)
ST-45
LOCAL URBAN
MS-63
Adopted by the Fayetteville City Council on
August 16, 2011 Resolution No. 146-11
___________________________________
Mayor
___________________________________
City Clerk
Planning Commission
September 8, 2025
ADM-2025-0036 (CITY OF FAYETTEVILLE, WATERSHED CONSERVATION RESOURCE CENTER, BENTON)
Page 13 of 15
Guiding Policies
14
1
Fi
g
u
r
e
1
2
.
7
-
M
a
s
t
e
r
S
t
r
e
e
t
P
l
a
n
M
a
p
WWhhiittee
OOaakk
Turner St Turner St
Vantage Dr Vantage Dr
LLaakkeevviieeww
DDrr
Sunshine Rd Sunshine Rd
Jess Anderson Rd
Jess Anderson Rd
MMaappllee
SStt
Douglas St
Douglas St
HHyyllttoonnRRdd
Rockwood Trl
Rockwood Trl
SS hhiilloo hh DDrr
Weir Rd
Weir Rd
Village Lake Dr
Village Lake Dr
CCeenntteerrSStt
George Anderson Rd George Anderson Rd
DDoouubblleeSSpprriinnggssRRdd
HHoollllaannddDDrr
Prairie St
Prairie St
DDrraakkee
SStt
Ash St
Ash St
BBuucchhaannaannAAvvee
Ray Ave Ray Ave
FF
uu
ttrr
aa
llll
DDrr
LLeevveerreettttAAvvee
Starr Dr Starr Dr
Starr Dr Starr Dr
Millsap Rd
Millsap Rd
DDoo
gg
ww
oo
oo
dd
DDrr
SSpprriinngg
SStt
Roberts Rd Roberts Rd
SSaalleemmRRdd
Markham Rd
Markham Rd
Cato Springs Rd
Cato Springs Rd
CCaammeelllliiaaLLnn
Alberta St
Alberta St
Carley Rd Carley Rd
Piazza Rd Piazza Rd
Park Ave Park Ave
Poplar St
Poplar St
EEddEEddwwaarrddss
RR
dd
EEddEEddwwaarrddssRRdd
SSttoonneeMMoouunnttaaiinn
DDrr
Stubblefield Rd
Stubblefield Rd
Government Ave Government Ave
Wilson St
Wilson St
Heritage Ave Heritage Ave
MMaayywwooooddRRdd
East Oaks Dr East Oaks Dr
MMaallllyyWWaaggnnoonnRRdd
Overcrest St
Overcrest St
Persimmon St
Persimmon St
Persimmon St
Persimmon St
CClluubbHHoouusseePPkkwwyy
Powell St Powell St
GGuunnCClluubbRRdd
GGuunn
CClluubb
RRdd
Bishop Dr
Bishop Dr
Harold St
Harold St
WW
ee
iirr
RRdd
Miller St
Miller St
Ellis Ave
Ellis Ave
Rebecca St
Rebecca St
Prospect St
Prospect St
NNeeww
BBrriiddggee
RRdd
Dakota Trl
D
akota Trl
Hill Ave Hill Ave
BBeerrkklleeiigghhDDrr
Wolfdale Rd
Wolfdale Rd
Goff Farm Rd
Goff Farm Rd
F u tr a ll Dr
Fu t r al l D r
Dickson St
Dickson St
BBrree
aa
kk
ss
tt
oo
nneeDDrr
Duncan Ave Duncan Ave
TToowwnnsshhiipp
SStt
Winwood Dr Winwood Dr
13th St
13th St
Stone St
Stone St
54th Ave 54th Ave
7th St
7th St
Duncan Ave Duncan Ave
Plum Tree Dr Plum Tree Dr
WWhhii ppppoooorrwwiillllCCtt
CCoolloonniiaallDDrr
CC
hh
ee
rr
ookkeeee
DDrr
Gibson Hill Rd
Gibson Hill Rd
RRiiddggeewwaayy
DDrr
PPeerrssiimmmmoonn
SStt
Stone St
Stone St
Morning Mist Dr
Morning Mist Dr
Howard Porter Rd Howard Porter Rd
Stearns St
Stearns St
Riviera Pl
Riviera Pl
GGrreeeennvviieewwDDrr
Happy Hollow Rd Happy Hollow Rd
18th St
18th St
Mclaren Dr
Mclaren Dr
Harris
Dr
Harris
Dr
HHeeaarrtthhssttoonnee
DD
rr
S o u th wi n d s R d
S o ut h w in d s R d
KKaatthheerriinnee AAvvee
FF uu tt rr aa llll DDrr
LLaaccyy
DDrr
Crystal Dr
Crystal Dr
CCaammbbrriiddggeeSStt
Sellers Rd
Sellers Rd
DDooyynneeHHaammmmDDrr
Hosta Dr Hosta Dr
15th St
15th St
Olive Ave Olive Ave
FFiinnggeerr RRdd
BBuullllddooggBBllvvdd
Cleveland St
Cleveland St
VVaannHHoooosseeDDrr
Gregg Ave Gregg Ave
Mcclinton St
Mcclinton St
46th Ave 46th Ave
CClliiffffss
BBll
vvdd
Shelton Rd Shelton Rd
PPeemmbbrrookkee
RR
dd
CCll
eeaarr
CCrreeeekkBBllvvdd
Black Oak Ave
Black Oak Ave
MMaallllAAvvee
Jimmy Devault Rd
Jimmy Devault Rd
Klenc Rd Klenc Rd
Ashwood Ave Ashwood Ave
TTrreennttoonnBBllvvdd
CCllyyddee
CCaarrnneess
RRdd
LLaakkee
SSeeqquuooyyaahh
RRdd
Fairlane St
Fairlane St
Pump Station Rd
Pump Station Rd
Julio Rd
Julio Rd
Bel Air Dr
Bel Air Dr
24th St
24th St
Gregg Ave Gregg Ave
Highland Ave Highland Ave
Wesley Stevens Rd Wesley Stevens Rd
Meandering Way
Meandering Way
MMeellmmaarr
DDrr
Wood Ave Wood Ave
SS
hhiilloohhDDrr
Albright Rd
Albright Rd
Milo Way
Milo Way
Richardson Rd
Richardson Rd
51st Ave 51st Ave
56th St 56th St
Sh
il
oh
D
r
S
hilo
h
D
r
GGrreeeenn AAccrreess RRdd
CClleeaarrCCrreeeekkRRdd
Brooks Ave
Brooks Ave
PP
ii
nn
OO
aa
kk
RR
dd
Gardner Rd Gardner Rd
AAddaammssRRdd
MMoouunnttCCoommffoorrttRRdd
SSuunnrriissee
MMoouunnttaaiinnRRdd
SSoonnoorraa
RRdd
RRoocckkyy
CCrreeeekk
RRdd
Fieldstone Ave Fieldstone Ave
Magnolia Dr
Magnolia Dr
HarrisHarris
Arrowhead St
Arrowhead St
Drake St
Drake St
CCuusstteerr LLnn
LLoovveerrssLL
nn
Shady Grove Rd
Shady Grove Rd
EErrvvaann BB eeee kkss
RRdd
EErrvvaann
BBeeeekkss
RRdd
Fisher Rd Fisher Rd
WWhheeeelleerrHHeeiigghhttss
RRdd
Williams RdWilliams Rd
Elaine Ave
Elaine Ave
Pianalto Rd Pianalto Rd
BB
ll
aa
cc
kk
NNuu
rr
ss
eerr
yy
SShhaaee
ff
ff
ee
rr
RRdd
CC
lliinn
ttoo
nn
DD
rr
NNeeiillllss BBlluuffffRRdd
Betty Jo Dr Betty Jo Dr
Kelly
Ave
Kelly
Ave
Woolsey Farm Rd
Woolsey Farm Rd
EEllkkhhoorrnn
SSpprriinn
gg
ss
RR
dd
SSuummmmeerr RRaaiinn RRdd
Riches Rd Riches Rd
Van Asche Dr
Van Asche Dr
RRhheeaass
MMiillll
RRdd
RRhheeaass
MMiillll
RRdd
RRhheeaass
MMiillll
RRdd
Starnes Rd Starnes Rd
Sunbridge Dr
Sunbridge Dr
Columbia Dr Columbia Dr
WWiillssoonn
HHoollllooww
RRdd
LLaakkeeSSeeqquuooyyaahhDDrr
Ivey Ln
Ivey Ln
Floyd Rd
Floyd Rd
Stone Bridge Rd Stone Bridge Rd
BBlluueeJJaayyLLnn
RRoocc
kk
cclliiffff
RRdd
RRooddggeerrss
DDrr
Forest Hills Dr
Forest Hills Dr
Johnson Rd Johnson Rd
HH
aa
rrrriiss
RR
dd
HHaarrrriissRRdd
Sherry Rd
Sherry Rd
BBrriiddggeewwaatteerr
LLnn
CCllee aa rr WWaatteerr RR dd
CClleeaarr WWaa tt ee rr RR dd
Don Tyson Pkwy
Don Tyson Pkwy
DDeeaanneeSSoolloommoonnRRdd
Buddy Elkins Rd
Buddy Elkins Rd
SStteeeellee RRdd
SS
tt
eeeellee
RRdd
Hughmount Rd Hughmount Rd
EErrnneesstt LLaannccaasstteerrDDrr
PPlluummbbeerroossaa DD rr
WW
rriigghhtt RRdd
VVaauugghhaannRRdd
CCaammppbbeellll
LLnn
Jack Mcclure Rd
Jack Mcclure Rd
Dowell Rd Dowell Rd
SS
aavvooyyRRdd
Dot Tipton Rd
Dot Tipton Rd
JJoohhnnGGaarrrriiss
oo
nn
RR
dd
Wilson Ln
Wilson Ln
SSaalleemmRRdd
BBiillll
SSeelllleerrss
RRdd
WWeeiirr
RRdd
HHiigghh llaa nnddCChhuurrcchh
RR
dd
Fox TrlFox Trl
OOaakkBBaaiilleeyyDDrr
Beechwood Ave Beechwood Ave
Garland Ave Garland Ave
Lewis Ave Lewis Ave
Rupple Rd Rupple Rd
CCuurrttiiss AAvvee
VViieewwppooiinnttDDrr
GG oo llff CClluubb DDrr
Kornhaus Rd Kornhaus Rd
MMeeaaddoowwllaannddssDDrr
44
88
tt
hh
SStt
AA ssss ee mm bbllyy DDrr
CCaammbbrriiddggeeRRdd
CCoo uu nnttrryy CClluu bb DDrr
Chestnut Ave Chestnut Ave
Sang Ave Sang Ave
AAzz aa lleeaa TT eerr
Tallgrass Dr Tallgrass Dr
NNee
ww
HHooppee
RRdd
Hunter St Hunter St
Hunt Ln Hunt Ln
Oakland Ave Oakland Ave
Block Ave Block Ave
School Ave School Ave
West Ave West Ave
High Ave High Ave
LLooxxlleeyyAAvvee
Mcconnell Ave Mcconnell Ave
Washington Ave Washington Ave
FFrroonnttSStt
College Ave College Ave
Elizabeth Ave Elizabeth Ave
Stadium DrStadium Dr
Locust St Locust St
Cris Hollow Rd Cris Hollow Rd
Wilson Ave Wilson Ave
Fletcher Ave Fletcher Ave
Sang Ave Sang Ave
Ju n e w ay T e r
J u n ew a y T e r
Willow Ave Willow Ave
HHoowwaarrdd
NN
iicc
kk
ee
llll
RRdd
RR ee dd FF oo xx DD rr
OOllddMMiillllRRdd
SSkkyylliinneeDDrr
Garland Mckee Rd Garland Mckee Rd
Woolsey Ave Woolsey Ave
Parkview Dr Parkview Dr
WW aarr wwiicc kk DDrr
HHiiddddeennCCrreeeekkDDrr
EErriikkaaAAvvee
Bob Younkin Dr Bob Younkin Dr
CCaa rrllssbbaadd TTrrccee
WWaallnnuuttDDrr
DDiinn ss mm oorree TTrrll
Steele Blvd Steele Blvd
CC aa nnddllee ww oo oo dd DD rr
OO
lldd
FF
aa
rr
mmiinnggttoonnRRdd
FFrroonnttaaggeeRRdd
44 88tt hh SStt
FFrriissccooDDrr
JJii mm BBrrooookkss RRdd
Giles Rd Giles Rd
Harvey Dowell Rd Harvey Dowell Rd
VVaannddeerrggrriiffffDDrr
TThhuunnddeerr RR dd
SS tt rr aa ww bb eerrrryy PPllaanntt RRdd
Broyles St Broyles St
HH aa rr mm oo nn RR dd
OOllddMMiissssoouurriiRRdd CC rr oo ss ss oo vv ee rr RR dd
MM
aa
ii
nn
DD
rr
DD
ee
aa
nn
ee
SS
tt
H
o
w
a
r
d
N
i
c
k
e
l
l
R
d
H
o
w
a
r
d
N
i
c
k
e
l
l
R
d
PPoorrtteerrRRdd
M
i
s
s
i
o
n
B
l
v
d
M
i
s
s
i
o
n
B
l
v
d
CCrroossssoovveerrRRdd
HHaabbbbeerrttoonnRRdd
RRoolllliinn
gg
HH
ii
ll
ll
ss
DD
rr
HHuunntteerrSStt
Old Wire Rd
Old Wire Rd
GG
oo
oo
ss
ee
CC
rr
ee
ee
kk
RR
dd
Rupple Rd Rupple Rd
JJ
oo
yy
cc
ee
BB
ll
vv
dd
NN
oo
rr
tt
hh
SS
tt
Butterfield Coach Rd Butterfield Coach Rd
Morningside Dr Morningside Dr
TT
oo
ww
nn
ss
hh
ii
pp
SS
tt
WWiillssoonn
SStt
SScchhoooollAAvvee
F
u
l
b
r
i
g
h
t
E
x
p
y
F
u
l
b
r
i
g
h
t
E
x
p
y
MM
ii
ss
ss
ii
oo
nn
BB
ll
vv
dd
WW
ee
dd
ii
nnggttoonn
DDrr
M
a
p
l
e
S
t
M
a
p
l
e
S
t
W
e
d
i
n
g
t
o
n
D
r
W
e
d
i
n
g
t
o
n
D
r
CCaattooSSpprriinnggssRRdd
CCaattoo
SS
pprriinn
gg
ss
RR
dd
Double Springs Rd Double Springs Rd
H
u
n
t
s
v
i
l
l
e
R
d
H
u
n
t
s
v
i
l
l
e
R
d
D
i
c
k
s
o
n
S
t
D
i
c
k
s
o
n
S
t
H
w
y
1
7
0
H
w
y
1
7
0
HHaarrmmoonnRRdd
S
y
c
a
m
o
r
e
S
t
S
y
c
a
m
o
r
e
S
t
MM
aa
ii
nn
SS
tt
CCiittyyLLaakkeeRRdd
Razorback Rd Razorback Rd
Z
i
o
n
R
d
Z
i
o
n
R
d
M a e s t r i R d
M a e s t r i R d
DD
oo
nn
TT
yy
ss
oo
nn
PP
kk
ww
yy
D
o
n
T
y
s
o
n
P
k
w
y
D
o
n
T
y
s
o
n
P
k
w
y
Johnson Rd Johnson Rd
Gregg Ave Gregg Ave
GG aa rr ll aa nn dd AA vv ee
BB
rr
oo
yylleessAAvvee
WW
yy
mm
aa
nn
RR
dd
MM
ii
ss
ss
ii
oo
nn
BB
ll
vv
dd
JJ
oo
hh
nn
ss
oo
nn
MMiillll
BBllvvdd
Thompson St Thompson St
CCrroossssoovveerr
RRdd
HHaarrmmoonnRRdd
CCrroossssoovveerrRRdd
Armstrong Ave Armstrong Ave
W
e
d
i
n
g
t
o
n
D
r
W
e
d
i
n
g
t
o
n
D
r
OOaakkllaannddZZiioonnRRdd
M
o
u
n
t
C
o
m
f
o
r
t
R
d
M
o
u
n
t
C
o
m
f
o
r
t
R
d
WW
hh
ee
ee
ll
ee
rr
RR
dd
FF uu ll bb rr ii gg hh tt EE xx ppyy
S
k
i
l
l
e
r
n
R
d
S
k
i
l
l
e
r
n
R
d
CCoolllleeggeeAAvvee
MM
aa
ii
nn
SS
tt
GG
oo
oo
ss
ee
CC
rr
ee
ee
kk
RR
dd
RRuuppppllee
RR
dd
WW
yy
mm
aa
nn
RR
dd
W
y
m
a
n
R
d
W
y
m
a
n
R
d
G
u
l
l
e
y
R
d
G
u
l
l
e
y
R
d
GGuulllleeyyRRdd
OOllddMMiissssoouurriiRRdd
40th St 40th St
RR
ee
ee
dd
VV
aa
ll
ll
ee
yy
RR
dd
HH uu nnttssvviillllee
RRdd
Z
i
o
n
R
d
Z
i
o
n
R
d
HH
aa
mmeessttrriinn gg RR dd
TT
oo
ww
nn
ss
hh
ii
pp
SS
tt
Salem Rd Salem Rd
LLiittttlleeEEllmmRRdd
Little Elm Rd Little Elm Rd85th Ave 85th Ave
HH
uu
nn
tt
ss
vv
ii
ll
ll
ee
RRdd
SS cc hh oo oo ll AA vv ee
GGrreeggggAAvvee
OO
ll
dd
WW
ii
rr
ee
RR
dd
FFooxx
HHuunn
tt
ee
rr
RR
dd
Sassafras Hill Rd Sassafras Hill Rd
BB ll aa cc kk OO aa kk RR dd
MMaaiinnAAvvee
G
u
y
T
e
r
r
y
R
d
G
u
y
T
e
r
r
y
R
d
Hwy 62
Hwy 62
BBaarrrriinnggttoonn
WW hh ee ee ll ee rr RRdd
WW
hh
ee
ee
ll
ee
rr
RR
dd
DD
oo
uu
bb
ll
ee
SS
pp
rr
ii
nn
gg
ss
RR
dd
H
w
y 62
H
w
y 62
Black Oak Rd
Black Oak Rd
B
o
w
e
n
B
l
v
d
B
o
w
e
n
B
l
v
d
W
e
d
i
n
g
t
o
n
D
r
W
e
d
i
n
g
t
o
n
D
r
Harmon Rd Harmon Rd
College Ave
College Ave
A
r
b
o
r
A
c
r
e
s
A
v
e
A
r
b
o
r
A
c
r
e
s
A
v
e
WW
ii
ll
lloouugghhbbyy
RRdd
HH
aammeess tt rr ii nn gg RR dd
BB aa rr rr ii nn gg tt oo nn
DD ee aa dd HH oo rr ss ee MM oo uu nn tt aa ii nn RR dd
H w y 1 6
H w y 1 6
HH ww yy 11 11 22
CCeenntteerr SStt
Habberton Rd Habberton Rd
HH aa bb bb ee rr tt oo nn RR dd
J
o
y
c
e
Bl
v
d
J
o
y
c
e
B
l
v
d
HH
ww
yy
11
77
00
1
5
t
h
S
t
1
5
t
h
S
t
B
e
t
h
e
l
B
l
a
c
k
t
o
p
B
e
t
h
e
l
B
l
a
c
k
t
o
p
B
e
t
h
e
l
B
l
a
c
k
t
o
p
B
e
t
h
e
l
B
l
a
c
k
t
o
p
FF
uu
ll
bb
rr
ii
gg
hh
tt
EE
xx
ppyy
Hwy 112 Hwy 112
1
5
t
h
S
t
1
5
t
h
S
t
DD
oo
nn
TT
yy
ss
oo
nn
PP
kk
ww
yy
HH
ww
yy
11
77
00
OOlldd
WW
iirree
RR
dd
U
a
B
e
e
f
F
a
r
m
R
d
U
a
B
e
e
f
F
a
r
m
R
d
D
r
a
k
e
S
t
D
r
a
k
e
S
t
Map Document: (G:\GIS2\Core Maps\Master Street Plan (2030)\Maps\MSP_2030_FINAL_Esize.mxd)
4/16/2012 -- 2:58:26 PM
Potential Typology
Connection - Regional Link
Connection - Neighborhood Link
Connection - Residential Link
Urban Center
Regional Link - High Activity
Regional Link
Neighborhood Link
Institutional Master Plan
Freeway/Expressway
Park
Planning Area Boundary
City Plan 2040
Master Street Plan
Adopted by the Fayetteville City Council on
January 7th, 2020 Resolution No. ###-##
_____________________________
Mayor
_____________________________
City Clerk
O
0
1
0.5
Miles
Planning Commission
September 8, 2025
ADM-2025-0036 (CITY OF FAYETTEVILLE, WATERSHED CONSERVATION RESOURCE CENTER, BENTON)
Page 14 of 15
SAINT PAUL TRAIL TO THE SOUTH
Planning Commission
September 8, 2025
ADM-2025-0036 (CITY OF FAYETTEVILLE, WATERSHED CONSERVATION RESOURCE CENTER, BENTON)
Page 15 of 15
Mailing address:
113 W. Mountain Street
Fayetteville, AR 72701
www.fayetteville-ar.gov
Transportation Committee Memo
2025-1889
Meeting of September 30, 2025
To: Transportation Committee
Thru:
From: Paul Libertini, Staff Engineer
Subject: Staff requests a recommendation of approval for a contract with Michael Baker
Consultants for the I-49/Stephen Carr Memorial Blvd. Interchange Improvements
Recommendation:
Staff recommends that the City Council authorize the Mayor to sign the necessary documents provided by the
Arkansas Department of Transportation (ARDOT) to issue Task Order No. 018 to Michael Baker International,
Inc. for evaluation of alternatives for improvements to the intersection of Stephen Carr Memorial Boulevard and
the northbound on/off-ramps for Interstate 49 and approve a Budget Adjustment in the amount of $812,500 to
recognize federal aid funding of $650,000 and the required 20% local match of $162,500.
Background:
In 2012, the Federal Transit Administration (FTA) and the Federal Highway Administration (FHWA) designated
the Fayetteville-Springdale-Rogers, AR-MO urbanized area as a Transportation Management Area (TMA).
This TMA designation provides Surface Transportation Block Grant Program – Attributable (STBGP-A) funds
to the Northwest Arkansas Regional Planning Commission (NWARPC) based on the 2010 Census Urbanized
Area population of 295,083. The Urban Area continues to grow significantly to a recorded 373,687 population
in the 2020 Census. In becoming a TMA, the Northwest Arkansas Regional Planning Commission, of which
Fayetteville is a member, will have STBGP-A discretionary funding available at approximately $12,000,000 per
year. Under current legislation, these STBGP-A funds can be utilized for all permitted transportation projects
at the discretion of the TMA Policy Committee.
An application for federal funding of the I-49/Stephen Carr Memorial Blvd. Interchange Improvements Project
was submitted to and selected by the Northwest Arkansas Regional Planning Commission (NWARPC). On
May 22, 2024, the NWARPC approved funding of the design and environmental phases for $650,000 (80%)
from STBGP-A funds, but the City must provide a 20% local match of $162,500 for a total of $812,500. Other
project phases such as right of way, utilities and construction will be submitted for future year's available
STBGP-A funding.
On December 4, 2024, City Council approved Resolution 291-24 authorizing the Mayor to sign the Agreement
Of Understanding (AOU) with ARDOT to design and construct this project. The AOU was fully executed on
January 29, 2025.
Discussion:
The Local Programs Division of the ARDOT has recently established On-Call Consultants for use by Cities in
order to streamline the project development process. The City has requested an On-Call Consultant to
evaluate alternatives for this interchange improvement which include a roundabout, signalization, and ramp
widening. ARDOT chose Michael Baker International, Inc. from their list of approved consultants and has
created Task Order No. 018 for approval by the City. This Task Order is for the study/alternatives phase only
with a fee of $97,850. Once this phase is complete and an alternative is selected by the City, then the project
Mailing address:
113 W. Mountain Street
Fayetteville, AR 72701
www.fayetteville-ar.gov
will enter into the design phase which will be presented to the City Council at a future date for approval.
The budget adjustment attached recognizes the full federal grant match of $650,000 and the required local
match of $162,500. Future design phases will be paid from this budget.
Budget/Staff Impact:
This project is based on an Agreement of Understanding with ARDOT in which Federal-aid money will pay
80% of the project amount and the City will pay the 20% match. Based on the Task Order fee of $97,850
for the study/alternatives phase, the Federal-aid portion will be $78,280 and the City’s match $19,570.
The Federal portion will be paid from the Surface Transportation Block Grant Program - Attributable
(STBGP-A) funds. City funds will be from the Bond Program Grant Matching fund.
Account # Project # Amount
4601.860.7218-5860.02 46020.7218.1040 $78,280.00
4702.860.7218-5860.02 46020.7218.1040 $19,570.00
TOTAL $97,850.00
Attachments: SRF I-49/Stephen Carr Mem. Blvd. Interchange Improvements, NWARPC STBGP-A FFY2025
Fayetteville Award Letter, BA NWARPC Grant - I-49/Stephen Carr Mem. Blvd. Interchange Improvements,
Resolution 291-24 Authorization to Sign the Agreement of Understanding, Email to Mayor from ARDOT 8-20-
25, On-Call Task Order No. 018, On-Call Master Agreement Addendum, On-Call Services Master Agreement
Comments:
Purchase Order Number:
Change Order Number:
Previous Ordinance or Resolution #291-24
Approval Date:
Original Contract Number:
46020.7218.1040
Project Number
Budget Impact:
Streets Bond Projects - Midtown Corridor,
Midtown I49 Interchange
Fund
Bond Program Grant Matching
Street Projects Bonds
4601.860.7218-5860.02
4702.860.7218-5860.02
Account Number
Project Title
City of Fayetteville Staff Review Form
2025-1705
Item ID
10/21/2025
City Council Meeting Date - Agenda Item Only
Staff recommends that the City Council authorize the Mayor to sign the necessary documents provided by the
Arkansas Department of Transportation (ARDOT) to issue Task Order No. 018 to Michael Baker International, Inc. to
evaluate alternatives for the intersection of Stephen Carr Memorial Boulevard and the northbound on/off-ramps
for Interstate 49 and approve a Budget Adjustment in the amount of $812,500 to recognize federal funding of
$650,000 and the required 20% local match of $162,500.
N/A for Non-Agenda Item
Action Recommendation:
Submitted By
Paul Libertini ENGINEERING (621)
Division / Department
9/23/2025
Submitted Date
Yes
973,585.83$
97,850.00$
V20221130
Budgeted Item?
Does item have a direct cost?
Is a Budget Adjustment attached?
Total Amended Budget
Expenses (Actual+Encum)
Available Budget
Item Cost
Budget Adjustment
Remaining Budget
2,478,276.00$
1,504,690.17$
Yes
Yes 812,500.00$
1,688,235.83$
City of Fayetteville, Arkansas - Budget Adjustment (Agenda)
Budget Year
Requestor:
10/7/2025
2025-1705
D - (City Council)
/
TOTAL 650,000 650,000
Account Number Expense Revenue Project Sub.Detl AT Account NameGLACCOUNTEXPENSEREVENUEPROJECTSUBATDESCRIPTION X
4601.860.7218-4309.01 - 650,000 46020 7218.1040 RE Federal Grants - Operational
4601.860.7218-5860.02 78,280 - 46020 7218.1040 EX Capital Prof Svcs - Engineering/Architectural
4601.860.7218-5809.00 571,720 - 46020 7218.1040 EX Improvements - Street
4702.860.7218-5860.02 19,570 - 46020 7218.1040 EX Capital Prof Svcs - Engineering/Architectural
4702.860.7218-5809.00 142,930 - 46020 7218.1040 EX Improvements - Street
4702.860.7999-5899.00 (162,500) - 46020 7999 EX Unallocated - Budget
- -
- -
- -
- -
- -
- -
- -
- -
- -
- -
- -
- -
GLDATE:
Budget Division Date
TYPE:
JOURNAL #:
Adjustment Number
2025 Paul Libertini
ENGINEERING (621)Division
/Org2
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION:
v.2025826
RESOLUTION/ORDINANCE
Increase / (Decrease)Project.Sub#
Recognize $650,000 in FFY 2025 STBGP-A grant funds awarded by the Northwest Arkansas Regional Planning
Commission (NWARPC)
COUNCIL DATE:
CHKD/POSTED:
ITEM ID#:
G:\Divs\Engineering\Engineering Design Services\Projects\BOND PROGRAM 2019\I49 Stephen Carr - Job 040966\Federal Funding &
Spreadshts & BAs & POs\BA NWARPC Grant Carr I49 Intrchg.xlsx 1 of 1
File Number: 2024-748
113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 291-24
I-49/STEPHEN CARR MEMORIAL BLVD (FEDERAL AID FUNDS):
A RESOLUTION TO EXPRESS THE WILLINGNESS OF THE CITY OF FAY ETTE VILLE TO UTILIZE
FEDERAL-AID SURFACE TRANSPORTATION BLOCK GRANT FUNDS IN THE AMOUNT OF $650,000.00
FOR THE DESIGN AND ENVIRONMENTAL PHASES OF THE I-49 /STEPHEN CARR MEMORIAL
BOU LEV ARD INTERCHANGE IMPROVEMENTS PROJECT, TO APPROVE A CITY MATCH IN THE
AMOUNT OF $162 ,500 .00 , AND TO AUTHORIZE THE MAYOR TO SIGN AN AGREEMENT OF
UNDERSTANDING WITH THE NORTHWEST ARKANSAS REGIONAL PLANNING COMMISSION AND THE
ARKANSAS DEPARTMENT OF TRANSPORTATION FOR THE PROJECT
WHEREAS, the City of Fayetteville understands Federal-aid Surface Transportation Block Grant Program-
Attributable funds are available at 80% federal participation and 20% local match to be used for the 1-49/Stephen Carr
Memorial Blvd. Interchange Improvements Project ; and
WHEREAS, the City of Fayetteville understands that Federal-Aid funds are available for this project on a
reimbursable basis , requiring work to be accomplished and proof of payment prior to actual monetary reimbursement ;
and
WHEREAS , this project, using federal funding , will be open and available for use by the general public and
maintained by the City of Fayetteville .
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section I: That the City Council of the City of Fayetteville, Arkansas expresses its willingness to participate in
accordance with its designated responsibilities in this project, including maintenance of this project and providing local
matching funds in the amount of$ I 62 ,500.00 .
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby authorizes the Mayor to execute all
appropriate applications , agreements, and contracts necessary to expedite the construction of the above stated project.
Section 3: That the City Council of the City of Fayetteville , Arkansas pledges its full support and hereby authorizes the
City of Fayetteville to cooperate with the Arkansas Department of Transportation to initiate action to implement this
project.
PASSED and APPROVED on December 4 , 2024
Page 1
Resolution: 291 -24
File Number: 2024-748
Approved: Attest:
Page2
PAGE 1 OF 2
ON-CALL SERVICES
LOCAL FEDERAL AID PROJECTS (2025-2028)
TASK ORDER NO. 018
JOB NO. 040966
I-49/STEPHEN CARR MEMORIAL BLVD. INTCHNG. IMPVTS. (FAYETTEVILLE) (S)
Date: (See DocExpress Document Signing History)
WHEREAS, the Arkansas State Highway Commission (“Commission”) and Michael Baker
International, Inc. (“Consultant”) entered into a Master Agreement for Engineering Services dated
February 18, 2025; and
WHEREAS, the Master Agreement contemplates the issuance of Task Order Agreements involving the
Commission, the Consultant, and a project sponsor (“Sponsor”); and
WHEREAS, the Sponsor, City of Fayetteville, has agreed to the terms and conditions of the Master
Agreement through execution of the Addendum; and
WHEREAS, the services to be provided under this Task Order consist of Title I services, with additional
phases to be authorized by amendment as appropriate and as determined by mutual agreement;
NOW, THEREFORE, the parties agree as follows:
1. CONTRACT TYPE
1.1. This Task Order shall be Cost-Plus-Fixed-Fee, in accordance with the terms of the Master
Agreement.
2. CEILING PRICES
2.1. The Total Ceiling Price for this Task Order is $97,850.
2.2. The Title I Ceiling Price is $97,850.
2.3. The Fixed Fee is $10,216.
3. INDIRECT COST RATE
3.1. The most recently accepted indirect cost rate at the time of execution is for FY 2024.
3.2. The applicable indirect cost rate is 148.787%.
4. ATTACHMENTS
4.1. Attachment A – Scope of Work
4.2. Attachment B – Justification of Costs and Fees and Salary Schedule
4.3. Attachment C – Project Schedule
ON-CALL LOCAL FEDERAL AID PROJECTS (2025-2028)
JOB 040966, TASK ORDER NO. 018
MICHAEL BAKER INTERNATIONAL, INC.
PAGE 2 OF 2
5. COMPLETION DATE
5.1. Deliverables shall be submitted no later than December 23, 2025.
5.2. The anticipated completion date for Title I Services is December 31, 2025.
6. CORRESPONDENCE
6.1. The Sponsor, Local Programs Division, and Consultant Contracts Division shall be copied on
this task order and all related correspondence.
6.2. The Sponsor’s designated representative for this Task Order is Paul Libertini.
6.3. Invoices shall be submitted to the following:
ARDOT: LPA@ardot.gov
Sponsor: via Paul Libertini at plibertini@fayetteville-ar.gov
7. EXECUTION
IN WITNESS WHEREOF, the parties execute this Task Order, to be effective upon the Date Set Out in
DocExpress.
MICHAEL BAKER INTERNATIONAL, INC.
By: _______________________________
Mike Stengel
Vice President
ARKANSAS STATE HIGHWAY COMMISSION
By: _______________________________
Jared D. Wiley, P.E.
Director
CITY OF FAYETTEVILLE
By: _______________________________
Molly Rawn
Mayor
Disclaimer: This contract is signed in DocExpress. The Signing History with all dates and electronic signatures
applicable to the execution of this Task Order is located on the final page of the executed contract.
ATTACHMENT A - PAGE 1 OF 3
ON-CALL SERVICES
LOCAL FEDERAL AID PROJECTS (2025-2028)
TASK ORDER NO. 018
JOB NO. 040966, I-49/STEPHEN CARR MEMORIAL BLVD.
INTCHNG. IMPVTS. (FAYETTEVILLE) (S)
SCOPE OF WORK
DESCRIPTION OF THE PROJECT
The scope of work for engineering services will generally consist of evaluating alternatives for the intersection of
Stephen Carr Memorial Drive and the northbound on/off-ramps for Interstate 49. Alternatives to be evaluated will
include a roundabout, signalization, and ramp widening.
SERVICES PROVIDED BY THE SPONSOR:
1. SURVEYS
1.1. Provide Available Parcel Surveys
2. ENVIRONMENTAL
2.1. Provide and coordinate the necessary public meetings
2.2. Publish and pay for public notices and legal notices
2.3. Provide appropriate translation services at public meetings as necessary
3. DESIGN
3.1. Provide Available Existing Construction Plans
3.2. Provide Project Goals
3.3. Review and Approve of All Design Alternates, Layouts, & Plans
4. RIGHT-OF-WAY
4.1. Provide Available Existing Right-of-Way Plans
SERVICES PROVIDED BY ARDOT
5. ENVIRONMENTAL
5.1. Provide Environmental Constraints
6. DESIGN
6.1. Provide Design Criteria
6.2. Provide Available Existing Construction Plans
6.3. Review and Approve of All Design Alternatives, Layouts, & Plans
ON-CALL LP SERVICES (2025-2028)
JOB 040966, TASK ORDER NO. 018
MICHAEL BAKER INTERNATIONAL, INC.
SCOPE OF WORK
ATTACHMENT A - PAGE 2 OF 3
7. RIGHT-OF-WAY
7.1. Provide Existing Right-of-Way Plans
TITLE I SERVICES TO BE FURNISHED BY THE CONSULTANT
8. FEASIBILITY COST ESTIMATE
8.1. Design Criteria to be considered for the project will be provided by ARDOT prior to the
beginning of work.
8.2. Consider environmental constraints and seek to avoid and/or minimize environmental impacts.
8.3. Perform traffic analysis to determine projected traffic for design year.
8.4. Evaluate Design alternatives that meet design year traffic projections.
a) Preliminary roadway grades, alignment, and required number of lanes for main lanes, crossing
roads and other roads as needed.
b) Estimate for limits of construction to establish a baseline for estimation of potential additional
right of way needs.
8.5. Estimate Costs for Right-of-Way Acquisition.
8.6. Estimate Costs for Utility Relocation.
8.7. The consultant shall provide a feasibility/preliminary construction cost estimate taking into
consideration construction methods and stage construction, current market conditions, and
reasonable contingency costs providing information for all assumptions, the basis of the
estimate, and sources listed in narrative form.
8.8. Make revisions necessary to respond to comments received during review.
9. PROJECT MANAGEMENT
9.1. Notify Sponsor and ARDOT of its schedule, in advance, for all activities.
9.2. When specified, seek Right of Entry (ROE) from public or private landowners to perform
services. ROE permission shall be written and signed by the landowner.
9.3. Provide monthly updates to the project schedule.
9.4. Recommend scope, schedule, and budget changes in advance with supporting documentation,
including efforts to minimize or mitigate the changes in accordance with procedures outlined
by ARDOT.
10. PROJECT CONDITIONS OF THE WORK:
10.1. Consultant fee estimate must be agreed upon by all parties.
ON-CALL LP SERVICES (2025-2028)
JOB 040966, TASK ORDER NO. 018
MICHAEL BAKER INTERNATIONAL, INC.
SCOPE OF WORK
ATTACHMENT A - PAGE 3 OF 3
10.2. The facility shall be designed in accordance with the Sponsor’s Master Street Plan (if
applicable), latest edition of AASHTO, “A Policy on Geometric Design of Highways and
Streets”; the latest edition of NACTO, “Urban Bikeway Design Guide”; and ARDOT polic ies,
current AREMA publications as appropriate and policies. Other appropriate AASHTO
publications and guide specifications shall also be utilized. Upon completion of the contract,
the Consultant shall furnish to the Sponsor all electronic files of the pr oject design and plans,
Adobe Acrobat PDF file format & AutoCad/Civil 3D file format.
10.3. All plans and surveys shall be in U.S. Foot Units and based on Arkansas State Plane Grid,
localized in the existing Sponsor’s Control Network, with ties to ARDOT control points.
TITLE I SERVICES HOURS SALARY FIXED FEE EXPENSES TOTAL
PROJECT MANAGEMENT 38 $6,543 $785 $0 $7,328
ROADWAY DESIGN & PLANS 397 $53,439 $6,413 $0 $59,852
TRAFFIC ANALYSIS 198 $25,152 $3,018 $2,500 $30,670
SUBTOTAL TITLE I 633 $85,134 $10,216 $2,500 $97,850
TOTAL TITLE I 633 $85,134 $10,216 $2,500 $97,850
TOTAL PROJECT 633 $85,134 $10,216 $2,500 $97,850
Job No. 040966: I-49/Stephen Carr Memorial Blvd. Intchng. Impvts. (Fayetteville) (S)
Task Order No. 018
Attachment B - Justification of Costs and Fees
July 22, 2025
PROJECT SUMMARY
1 of 5
Description Number Months
Contract Duration 5
Coordination Meetings 3
Field Inspections 2
General Notes, etc.
On site surveys, environmental studies, and public meetings are not included in this scope of work.
Description Miles
Main Lanes ?
Side Roads ?
Ramps ?
Frontage Roads ?
Total ?
General Notes, etc.
Description
Main Lanes
Side Roads
Total
General Notes, etc.
0 0 0
???
???
Br. Widenings Br. Replacements MSE Ret. Walls
Roadway
Bridge
Project Management
Attachment B - Justification of Costs and Fees
July 22, 2025
Job No. 040966: I-49/Stephen Carr Memorial Blvd. Intchng. Impvts. (Fayetteville) (S)
Task Order No. 018
PROJECT SUMMARY BASIS OF ESTIMATE
2 of 5
PROJECT MANAGEMENT
TASK Principal Project
Manager
Sr. Engineer/
Architect/ Planner
Engineer/
Architect/
Planner
Sr.
Designer Technician Sr. Admin TOTAL
Project Setup 2 2 2 6
Prepare Project Management Plan 2 2
General team coordination, team meetings 2 2 2 6
Kickoff meeting and general client coordination 2 2 2 2 8
Billing and project budget/schedule reviews 2 2
Roadway 0
ARDOT coordination meeting 2 2 4
Invoicing 2 6 8
Traffic 0
ARDOT coordination meetings (30%)2 2
TOTAL MH - PROJECT MANAGEMENT 6 10 16 4 0 0 2 38
Category - Description Rate MH Amount
Principal $115.00 6 $690
Project Manager $70.00 10 $700
Sr. Engineer/ Architect/ Planner $60.00 16 $960
Engineer/ Architect/ Planner $50.00 4 $200
Sr. Designer $45.00 0 $0
Technician $28.00 0 $0
Sr. Admin $40.00 2 $80
Subtotal $2,630
Overhead 148.787%$3,913
Subtotal $6,543
Fixed Fee $785
FCCM 0.00%$0
Subtotal Labor Costs $7,328
ITEM Quantity Unit Rate Amount
Printing (8 1/2 x 11 B&W)each $0.00 $0.00
Printing (11 x 17 B&W)each $0.00 $0.00
Printing (8 1/2 x 11 color)each $0.00 $0.00
Printing (11 x 17 Color)each $0.00 $0.00
Mileage (provide a basis for the estimate)miles $0.700 $0.00
Lodging - statewide (x nights / x persons)night $132.00 $0.00
Meals - 1st day & last day travel Statewide Lunch/Dinner (# persons)day $51.00 $0.00
Meals - Statewide B/L/D (# days x # persons)day $68.00 $0.00
(Other direct expenses - detail here and the billing units)each $0.00 $0.00
Subtotal Expenses $0.00
Subtotal Expenses (rounded)$0
TOTAL COSTS - PROJECT MANAGEMENT $7,328
LABOR COSTS
EXPENSES
MANHOURS
Attachment B - Justification of Costs and Fees
July 22, 2025
Task Order No. 018
Job No. 040966: I-49/Stephen Carr Memorial Blvd. Intchng. Impvts. (Fayetteville) (S)
3 of 5
ROADWAY DESIGN & PLANS
TASK Principal Project
Manager
Sr. Engineer/
Architect/ Planner
Engineer/ Architect/
Planner Sr. Designer Technician Sr. Admin TOTAL
Alternative Development/Quantities/Costs 2 2 4 4 12
Kickoff and coordination meetings 3 3 3 3 3 15
Alternative Displays, Duration/Cost Options 2 4 6
Feasibility Study 0
Site Visits as needed for Design 8 8 16
Layout roundabout & ramp widening 2 8 24 120 40 194
Displays 4 16 24 24 68
Report writing 2 8 16 26
QA/QC 2 4 16 24 46
Cost Estimates 2 4 4 4 14
0
0
0
0
0
0
TOTAL MH - ROADWAY DESIGN & PLANS 7 35 85 195 75 0 0 397
Category - Description Rate MH Amount
Principal $115.00 7 $805
Project Manager $70.00 35 $2,450
Sr. Engineer/ Architect/ Planner $60.00 85 $5,100
Engineer/ Architect/ Planner $50.00 195 $9,750
Sr. Designer $45.00 75 $3,375
Technician $28.00 0 $0
Sr. Admin $40.00 0 $0
Subtotal $21,480
Overhead 148.787%$31,959
Subtotal $53,439
Fixed Fee $6,413
FCCM 0.00%$0
Subtotal Labor Costs $59,852
ITEM Quantity Unit Rate Amount
Printing (8 1/2 x 11 B&W)each $0.00 $0.00
Printing (11 x 17 B&W)each $0.00 $0.00
Printing (8 1/2 x 11 color)each $0.00 $0.00
Printing (11 x 17 Color)each $0.00 $0.00
Mileage (provide a basis for the estimate)miles $0.700 $0.00
Lodging - statewide (x nights / x persons)night $132.00 $0.00
Meals - 1st day & last day travel Statewide Lunch/Dinner (# persons)day $51.00 $0.00
Meals - Statewide B/L/D (# days x # persons)day $68.00 $0.00
(Other direct expenses - detail here and the billing units)each $0.00 $0.00
Subtotal Expenses $0.00
Subtotal Expenses (rounded)$0
TOTAL COSTS - ROADWAY DESIGN & PLANS $59,852
EXPENSES
Attachment B - Justification of Costs and Fees
July 22, 2025
Job No. 040966: I-49/Stephen Carr Memorial Blvd. Intchng. Impvts. (Fayetteville) (S)
Task Order No. 018
MANHOURS
LABOR COSTS
4 of 5
TRAFFIC ANALYSIS
TASK Principal Project
Manager
Sr. Engineer/
Architect/
Planner
Engineer/ Architect/
Planner
Sr.
Designer Technician Sr. Admin TOTAL
Note - all tasks include QA/QC and revisions
Data Collection 0
Traffic Counts Review- 4 6-hr TMCs, 3 48-hr Class (ODCS - 2K)2 4 6
Field Visit - 2 staff 2 2 4
Traffic Forecasting 0
Growth Rate Development - using historical traffic data, historical and projected population data, no travel demand modeling 4 8 12
Traffic Volumes - 4 Intersections in 4 Scenarios (Design Year No Build + 3 Build Alternatives)8 20 28
Traffic Analysis 0
Synchro Analysis (MOEs are Intersection Capacity, LOS) - 4 intersections in 4 scenarios 16 32 48
SimTraffic Analysis (MOEs are Intersection 95th %ile queues) - 4 intersections in 4 scenarios 8 12 20
HCS Analysis - for ramp tapers as needed and ramp merge, Northbound Interstate Only 16 8 24
Traffic Report 0
Traffic Forecasting Methodology and Diagrams 8 16 24
Traffic Analysis Methodology and Results 16 16 32
0
0
0 0 80 0 118 0 0 198
Category - Description Rate MH Amount
Principal $115.00 0 $0
Project Manager $70.00 0 $0
Sr. Engineer/ Architect/ Planner $60.00 80 $4,800
Engineer/ Architect/ Planner $50.00 0 $0
Sr. Designer $45.00 118 $5,310
Technician $28.00 0 $0
Sr. Admin $40.00 0 $0
Subtotal $10,110
Overhead 148.787%$15,042
Subtotal $25,152
Fixed Fee $3,018
FCCM 0.00%$0
Subtotal Labor Costs $28,170
ITEM Quantity Unit Rate Amount
Printing (8 1/2 x 11 B&W)each $0.00 $0.00
Printing (11 x 17 B&W)each $0.00 $0.00
Printing (8 1/2 x 11 color)each $0.00 $0.00
Printing (11 x 17 Color)each $0.00 $0.00
Mileage (provide a basis for the estimate)miles $0.700 $0.00
Lodging - statewide (x nights / x persons)night $132.00 $0.00
Meals - 1st day & last day travel Statewide Lunch/Dinner (# persons)day $51.00 $0.00
Meals - Statewide B/L/D (# days x # persons)day $68.00 $0.00
Traffic Counts 1 total $2,500.00 $2,500.00
Subtotal Expenses $2,500.00
Subtotal Expenses (rounded)$2,500
TOTAL COSTS - TRAFFIC ANALYSIS $30,670
EXPENSES
Attachment B - Justification of Costs and Fees
July 22, 2025
Job No. 040966: I-49/Stephen Carr Memorial Blvd. Intchng. Impvts. (Fayetteville) (S)
Task Order No. 018
MANHOURS
LABOR COSTS
5 of 5
ID Task
Mode
Task Name Duration Start Finish Predecessors
1 NTP 0 days Mon 8/4/25 Mon 8/4/25
2 Alternative Evaluation 7 days Mon 8/4/25 Tue 8/12/25 1
3 Feasibility Study 60 days Wed 8/13/25 Tue 11/4/25 2
4 ARDOT Review 14 days Wed 11/5/25 Mon 11/24/25 3
5 Revisions 21 days Tue 11/25/25 Tue 12/23/25 4
6 ARDOT Review 7 days Wed 12/24/25 Thu 1/1/26 5
8/4
3 10 17 24 31 7 14 21 28 5 12 19 26 2 9 16 23 30 7 14 21 28
Aug '25 Sep '25 Oct '25 Nov '25 Dec '25 Jan '26
Task
Split
Milestone
Summary
Project Summary
Inactive Task
Inactive Milestone
Inactive Summary
Manual Task
Duration-only
Manual Summary Rollup
Manual Summary
Start-only
Finish-only
External Tasks
External Milestone
Deadline
Progress
Manual Progress
Job 040966, I-49/Stephen Car Memorial Blvd. Intchng. Impvts. (Fayetteville) (S)
Attachment C
Project Schedule
Page 1
Project: Design Schedule
Date: Tue 7/22/25
0 I I I I I I I I I I I I I I I I I I I I I I I I I I I I
I
:A" ♦
, -;. 1 -;. I ~
r -;.
I,, -;. I "
'., -;.
I
I I [ ...
lllllllllllllllllllllllll J
♦ l
I l a n I I ~
Page 1 of 3
MASTER AGREEMENT ADDENDUM
ON-CALL SERVICES
LOCAL FEDERAL AID PROJECTS (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
INCORPORATION OF PROJECT SPONSOR
1. INCORPORATION OF SPONSOR
1.1. This Addendum is made and entered into as an addition to the Agreement dated February 18, 2025, between
the Arkansas Department of Transportation (ARDOT) and Michael Baker International, Inc., “Consultant”,
(hereinafter referred to as the "Agreement"). The purpose of this Addendum is to incorporate the City of
Fayetteville as the “Sponsor”, into the Agreement, ensuring all provisions, terms, and conditions of the
Agreement are binding and applicable to the local agency.
1.2. The Sponsor is hereby added as a party to the Agreement and shall have all the rights, obligations, and
responsibilities outlined in the original Agreement, as applicable. The Consultant agrees to provide services
to the Sponsor as outlined in the Agreement, subject to all terms and conditions.
2. RESPONSIBILITIES
2.1. ARDOT will retain oversight and management authority to ensure compliance with applicable state and federal
regulations. The Sponsor assumes responsibility for approving deliverables and milestones specific to the
Sponsor's projects and coordinating directly with the Consultant for day -to-day project management and
decisions.
2.2. The Consultant’s compensation for services rendered to the Sponsor shall be paid in accordance with the
terms outlined in the Agreement. Payments for Sponsor-specific projects shall be made from Sponsor funds,
subject to any ARDOT oversight or approval requirements as stipulated in the Agreement and reimbursed
upon proof of payment for service and demonstrated adherence to Federal Acquisitions Regulation (FAR)
Cost Principles.
2.3. The Sponsor shall be included alongside ARDOT in any provisions regarding indemnification, liability, or
insurance requirements as outlined in the Agreement.
2.4. The Consultant shall comply with all federal, state, and local laws, regulations, and policies applicable to
services performed for the Sponsor under this Agreement, as required for ARDOT administered agreements.
Page 2 of 3
2.5. The Consultant shall maintain records for Sponsor-specific projects in accordance with the Agreement’s
requirements for audit and financial review. ARDOT retains the authority to review and audit records for
Sponsor-administered projects to ensure compliance with applicable state and federal requirements.
2.6. This Addendum may be modified or terminated only by mutual written agreement of ARDOT, the Sponsor,
and the Consultant. Termination of the Agreement or this Addendum does not relieve the Consultant of
obligations related to prior services performed for the Sponsor.
2.7. All terms, conditions, and provisions of the original Agreement are hereby incorporated by reference into this
Addendum and made applicable to the Sponsor, unless expressly modified herein.
3. CERTIFICATION OF SPONSOR
3.1. The Mayor of the City of Fayetteville certifies that neither the aforementioned consulting firm nor its
representative has not been required, either directly or indirectly, as a condition for obtaining or executing this
contract, to:
3.1.1. Employ or retain any firm or person, or agree to do so.
3.1.2. Pay or agree to pay any fees, contributions, donations, or any other form of consideration to any
firm, person, or organization.
3.1.3. Except as expressly stated herein (if applicable).
Page 3 of 3
4. NOTICE
Arkansas Department of Transportation
10324 Interstate 30
Post Office Box 2261
Little Rock, AR 72203
ConsultantContracts@ARDOT.gov
Michael Baker International, Inc.
Mike Stengel
3425 North Futrall Drive, Suite 101
Fayetteville, AR 72703
mhstengel@mbakerintl.com
City of Fayetteville
Molly Rawn, Mayor
113 W. Mountain St.
Fayetteville, AR 72701
mayor@fayetteville-ar.gov
IN WITNESS WHEREOF, the parties execute this Agreement, to be effective upon the date set out above.
MICHAEL BAKER INTERNATIONAL, INC. ARKANSAS STATE HIGHWAY COMMISSION
BY: _______________________________ BY: __________________________________
Mike Stengel
Vice President
Jared D. Wiley, P.E.
Director
CITY OF FAYETTEVILLE
BY: _______________________________
Molly Rawn
Mayor
Disclaimer: This contract is being electronically signed. The DocExpress Document Signing History will be
located on the final page of the executed contract. This document will have all dates and electronic
signatures applicable to the execution of this contract.
From:Mayhan, Brandi A.
To:Stengel, Michael H
Cc:Furr, Amanda; Jackson, Jessica S.; Siskowski, David M.; Moyer, Camille A.; Local Projects Administration
Subject:On-Call Local Federal Aid Projects (2025-2028) Master Agreement with Michael Baker International, Inc.
Date:Tuesday, February 18, 2025 2:10:00 PM
Attachments:2025LP00-MBII.pdf
image001.png
Mr. Stengel,
Transmitted with this e-mail is one executed copy of Michael Baker International, Inc.’s On-Call
Services for Local Federal Aid Projects (2025-2028) Master Agreement. It will also be uploaded into
this drawer in Doc Express: https://docexpress.com/drawers/211410.
As the need arises for project Task Orders, you will be furnished with a project description and a
scope of work to prepare the Task Order.
Thank you,
Brandi Mayhan
Consultant Specialist - Consultant Contracts
Arkansas Department of Transportation
501.569.2104
M ASTER A GREEMENT
O N -C ALL S ERVICES
L OCAL F EDERAL A ID P ROJECTS (2025 -2028)
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII PRELIMINARY MATTERS
ZEK5MQHFTPVK-2146535117-287 Page 2 of 40
CONTENTS
1. PRELIMINARY MATTERS ...................................................................................................................................................... 4
2. PARTIES TO THE AGREEMENT ........................................................................................................................................... 5
3. RESPONSIBILITY MATTERS ................................................................................................................................................. 6
4. CONTRACT AUTHORITY ....................................................................................................................................................... 7
5. PROJECT COORDINATION ................................................................................................................................................... 8
6. CONTRACT CEILINGS ........................................................................................................................................................... 9
7. TASK ORDERS ....................................................................................................................................................................... 9
8. ALLOWABLE COSTS ........................................................................................................................................................... 10
9. COSTS NOT ALLOWED ....................................................................................................................................................... 11
10. INVOICING ............................................................................................................................................................................ 11
11. TRAVEL REGULATIONS ...................................................................................................................................................... 13
12. WITHHOLDING PAYMENT................................................................................................................................................... 14
13. STOP WORK ORDERS ........................................................................................................................................................ 14
14. COMMENCEMENT, TERM, AND COMPLETION ................................................................................................................ 15
15. FUNDING LIMITATIONS....................................................................................................................................................... 15
16. TERMINATION ...................................................................................................................................................................... 16
17. CHANGES ............................................................................................................................................................................. 16
18. DISPUTES AND CLAIMS...................................................................................................................................................... 17
19. INTELLECTUAL PROPERTY ............................................................................................................................................... 19
20. RECORDS AND AUDITS ...................................................................................................................................................... 19
21. BANKRUPTCY ...................................................................................................................................................................... 21
22. EMPLOYMENT OF PRESENT AND FORMER EMPLOYEES ............................................................................................. 21
23. SUCCESSORS AND ASSIGNS ............................................................................................................................................ 22
24. INDEMNITY AND RESPONSIBILITY FOR CLAIMS AND LIABILITY................................................................................... 22
25. INSURANCE REQUIREMENTS ........................................................................................................................................... 23
26. SUBCONTRACTING ............................................................................................................................................................. 24
27. STANDARD OF CARE .......................................................................................................................................................... 26
28. DEBARMENT AND SUSPENSION ....................................................................................................................................... 27
29. CERTIFICATION OF COMPLIANCE WITH APPLICABLE LAWS ........................................................................................ 27
30. CERTIFICATION OF COMPLIANCE WITH ARKANSAS LAW............................................................................................. 28
31. NONDISCRIMINATION STATEMENT .................................................................................................................................. 28
32. CONFLICTS OF INTEREST ................................................................................................................................................. 28
33. ATTESTATION ...................................................................................................................................................................... 29
34. CERTIFICATION DETAILS ................................................................................................................................................... 29
35. CERTIFICATION OF ARKANSAS STATE HIGHWAY COMMISSION ................................................................................. 30
36. EXECUTION ......................................................................................................................................................................... 30
GENERAL SCOPE OF WORK ...................................................................................................................................................... 32
1. ENGINEERING AND DESIGN SERVICES ........................................................................................................................... 33
2. RIGHT OF WAY SERVICES ................................................................................................................................................. 34
3. PLANNING SERVICES ......................................................................................................................................................... 34
4. NEPA SUPPORT SERVICES ............................................................................................................................................... 35
5. SURVEYING ......................................................................................................................................................................... 36
6. GEOTECHNICAL SERVICES ............................................................................................................................................... 37
7. CONSTRUCTION INSPECTION SERVICES ....................................................................................................................... 38
8. DELIVERABLES AND PROJECT-SPECIFIC SERVICES .................................................................................................... 39
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII PRELIMINARY MATTERS
ZEK5MQHFTPVK-2146535117-287 Page 3 of 40
PREAMBLE
THIS AGREEMENT, entered into by and between the Arkansas State Highway Commission
(“Commission”), acting by and through its Director (“Director”), as authorized by Commission Action on June
19, 2024, and Michael Baker International, Inc. (“Consultant”), se ts forth the terms and conditions under
which the Consultant will provide services as needed to the Arkansas Department of Transportation (ARDOT)
and Local Public Agencies (Project Sponsors) for professional services as detailed herein.
WITNESSETH:
WHEREAS, on-call service contracts have been found to be an effective method of supplementing
existing staff; and
WHEREAS the procurement of an additional group of on -call consultants for local Federal-aid projects
will streamline the project delivery process and expedite the use of funding that is allocated to local public
agencies; and
WHEREAS, the purpose of this Agreement is to define the terms and conditions under which ARDOT,
operating under its authority pursuant to applicable State and Federal laws, will oversee professional services
provided by the Consultant in support of Project Sponsors. This oversight ensures the efficient, effective, and
compliant use of Federal funds for transportation improvements that serve the public interest ; and
WHEREAS, the Consultant’s staff is well qualified, capable, and has capacity to complete anticipated
projects on schedule.
NOW THEREFORE, it is considered to be in the best public interest for the Commission to obtain the
assistance of the Consultant’s organization to provide professional services associated with local public
agency projects.
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII PRELIMINARY MATTERS
ZEK5MQHFTPVK-2146535117-287 Page 4 of 40
1. PRELIMINARY MATTERS
1.1. DOT: The United States Department of Transportation.
1.2. FHWA: The Federal Highway Administration.
1.3. FAR: Federal Acquisition Regulations, codified in Title 48 Code of Federal Regulations (CFR).
1.4. ARDOT OR DEPARTMENT: Collectively the Arkansas State Highway Commission and the
Arkansas Department of Transportation.
1.5. CHIEF ENGINEER: The Chief Engineer–Preconstruction of the Arkansas Department of
Transportation.
1.6. ASSISTANT CHIEF ENGINEER: Assistant Chief Engineer–Program Delivery of the Arkansas
Department of Transportation.
1.7. CONSULTANT’S REPRESENTATIVE: The individual designated to act as the primary point of
contact and authorized agent for all matters related to the execution, performance, and
administration of this Agreement. The Consultant's Representative shall have the authority to make
decisions, communicate on behalf of the Consultant, and ensure compliance with the terms and
conditions of the contract.
1.8. CONTRACT PRICE: The aggregate amount of allowable costs and fees to be paid to the Consultant
under this Agreement.
1.9. FEE: Whether fixed or otherwise, a dollar amount that includes profit paid to the Consultant for work
completed.
1.10. INDIRECT COST RATE OR ICR: A percentage used in contracts to allocate indirect costs to direct
costs or activities, determined by dividing the allowable indirect costs by an equitable allocation base,
in compliance with the cost principles outlined in FAR Part 31. The maximum allowable ICR shall be
approved by the Department for use by the Consultant.
1.11. MULTIPLIER: A calculated mark-up of direct hourly salary rates based on a Department -approved
indirect cost rate, which includes overhead and profit.
1.12. PROJECT SPONSOR: The Project Sponsor, which may include, but is not limited to, a city, county,
municipality, or other governmental entity responsible for initiating, managing, and implementing a
project funded in whole or in part through Federal or State assistance. The Project Sponsor is tasked
with ensuring compliance with all applicable laws, regulations, and funding requirements and serves
as the primary authority for project execution within its jurisdiction.
1.13. SPONSOR'S REPRESENTATIVE: The individual designated by the Sponsor to act as its authorized
agent for all matters related to the administration, execution, and oversight of this Agreement, and
to serve as the primary point of contact for the Consultant, Department, and other stakeholders,
ensuring the Sponsor's interests and responsibilities are effectively managed for the Agreement
duration.
1.14. TITLE I SERVICES: The FHWA designation of funding for preconstruction services provided before
the award of a construction contract.
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII PARTIES TO THE AGREEMENT
ZEK5MQHFTPVK-2146535117-287 Page 5 of 40
1.15. TITLE II SERVICES: The FHWA designation of funding for services provided after the award of a
construction contract.
1.16. PROJECT OR TASK ORDER: Refers to individual assignments, tasks, or scopes of work issued
under this Agreement, each representing a distinct effort or deliverable to be performed by the
Consultant. Each Project is governed by a specific work authorization that details the objecti ves,
scope, schedule, contract value, and deliverables required for that assignment.
1.17. AGREEMENT OR CONTRACT: Legally binding documents including the Master Agreement and all
referenced or added by Addenda, Appendices, Task Orders, Supplemental Agreements,
Subcontracts, and Subconsultant Agreements.
1.18. ADDENDUM: A supplementary document executed as an amendment to this Agreement, formally
incorporating a specific Project Sponsor as a contract authority for this Agreement. The Addenda
shall define the Project Sponsor, its associated responsibilities, project-specific terms applicable to
the services provided under this Agreement and extend the terms of this Agreement to the Project
Sponsor, maintaining any and all contract terms and obligations.
1.19. DEFAULT: The material failure of the Consultant to perform any of the provisions of this Agreement.
Default includes, but is not limited to, material failure to complete phases of the work according to
schedule or material failure to make progress in the work so as to endanger timely performance of
this Agreement, failure to pay subcontractors in a timely manner, failure to comply with applicable
Federal and State laws enforced as of the effective date of this Agreement, and failure to comply
with certifications made in or pursuant to this Agreement.
1.20. SUBCONTRACT: A formal agreement between the Consultant and another entity to perform a
portion of the work or services required under this Agreement or an assigned Task Order.
Subcontracts must comply with FAR, the terms and conditions of this Agreement, and are subject to
the approval of the Department and Project Sponsor, as applicable.
1.21. SUBCONSULTANT: A subcontractor providing professional, technical, or other services directly
related to the scope of this Agreement or an assigned Task Order. A subcontract shall be deemed
defined and appended to the Agreement in the form of a Subconsultant Agreement when the services
are governed by FAR Subpart 36.6 - Architect-Engineer Services.
2. PARTIES TO THE AGREEMENT
2.1. The Consultant’s Representative may only be amended as authorized by Supplemental Agreement
and shall:
2.1.1. Serve as the primary point of contact and authorized agent for the Consultant under this
Agreement.
2.1.2. Be responsible for compliance with Agreement obligations.
2.1.3. Be responsible for timely completion of assigned tasks.
2.2. ARDOT’S REPRESENTATIVE FOR CONTRACT MATTERS is the Division Head of Consultant
Contracts, who will:
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII RESPONSIBILITY MATTERS
ZEK5MQHFTPVK-2146535117-287 Page 6 of 40
2.2.1. Administer and resolve matters related to the overall Agreement .
2.2.2. Ensure compliance with contractual terms.
2.2.3. Oversee negotiation of costs and fees and coordinate execution of the Agreement.
Addenda, Task Orders, and Supplemental Agreements, as applicable.
2.2.4. Act as the primary liaison between ARDOT and the Consultant for Agreement matters.
2.3. ARDOT’S REPRESENTATIVE FOR COORDINATION AND TASK ORDER SERVICES is the
Division Head of Local Programs, who will:
2.3.1. Oversee Task Order assignments for the Agreement.
2.3.2. Approve scopes of work.
2.3.3. Monitor Task Order progress.
2.3.4. Address project-specific inquiries.
2.3.5. Ensure deliverables align with the objectives and timelines of Task Orders.
2.4. THE PROJECT SPONSOR AND PROJECT SPONSOR’S REPRESENTATIVE will be defined and
added to the Agreement by Addendum. The Project Sponsor’s Representative will:
2.4.1. Serve as the primary point of contact for the Project Sponsor.
2.4.2. Provide all necessary project information and approvals in a timely manner to avoid delays .
2.4.3. Maintain detailed recordkeeping and management of assigned projects.
2.4.4. Transmit information to project stakeholders.
2.4.5. Perform detailed reviews of the Consultant’s deliverables.
2.4.6. Transmit deliverables to ARDOT for review and approval as required.
2.4.7. Address project-specific issues and concerns.
2.4.8. Coordinate with ARDOT’s Representatives to resolve project-specific issues.
2.4.9. Ensure progress payments and invoice records are complete, accurate, and compliant
prior to submittal to ARDOT for reimbursement.
3. RESPONSIBILITY MATTERS
3.1. GENERAL PROVISIONS
3.1.1. Neither the employees of the Consultant nor those of its subconsultants, if applicable, shall
be considered employees of ARDOT or the Project Sponsor for any purposes under this
Agreement.
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII CONTRACT AUTHORITY
ZEK5MQHFTPVK-2146535117-287 Page 7 of 40
3.1.2. The Consultant affirms that it has no interest, direct or indirect, that would conflict in any
way with its obligations under this Agreement. Furthermore, the Consultant shall not enter
into any other agreements during the term of this Agreement that would create a conflict
of interest with the services provided herein or that would adversely affect ARDOT or the
Project Sponsor in relation to this Agreement.
3.1.3. Notwithstanding any review, approval, acceptance, or payment by ARDOT or the Project
Sponsor, the Consultant shall remain responsible for the professional Standard of Care of
services furnished under this Agreement.
3.1.4. The Consultant shall demonstrate to ARDOT and/or the Project Sponsor’s representative
the implementation of quality assurance measures in its work. This includes identifying
individuals responsible for the completeness and technical accuracy of services provided,
as well as methods used to determine the completeness and accuracy of drawings,
specifications, and cost estimates..
3.1.5. When services are design related, the Consultant agrees to adhere to the requirements
outlined in ARDOT and FHWA design standards, which are incorporated into this
Agreement by reference.
3.1.6. ARDOT and/or the Project Sponsor retain the right, at their discretion, to submit any portion
of the Consultant’s work for review by independent consulting engineers engaged for that
purpose. The Consultant shall fully cooperate with such reviews.
3.1.7. The Consultant shall employ only qualified and competent personnel to perform the work
under this Agreement.
3.1.8. The rights and remedies provided to ARDOT and/or the Project Sponsor under this
Agreement are in addition to any other rights and remedies provided by law.
3.1.9. If the Consultant consists of more than one legal entity, all such entities shall be jointly and
severally liable under this Agreement.
3.1.10. General Provisions shall apply to subconsultants, if applicable, and shall be incorporated
into subcontract provisions.
4. CONTRACT AUTHORITY
4.1. ARDOT AND THE PROJECT SPONSOR SHALL:
4.1.1. Approve or disapprove actions related to the Agreement, including Task Order assignment
and cost negotiation with the Consultant.
4.1.2. Oversee the execution, modification, and renewal of the Agreement, Addenda, Task
Orders, and Supplemental Agreements.
4.1.3. Monitor costs and deliverables to ensure adherence to project scopes of work and
applicable Federal and State requirements.
4.2. ARDOT SHALL:
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII PROJECT COORDINATION
ZEK5MQHFTPVK-2146535117-287 Page 8 of 40
4.2.1. Promptly review proposed Task Order costs, fees, scopes, and deliverables.
4.2.2. Provide guidance to all project stakeholders on Department policies and procedures .
4.2.3. Review and post eligible reimbursements to the Project Sponsor for invoiced services paid
to the Consultant.
4.2.4. Monitor project costs and budgets to ensure Federal funding compliance.
4.2.5. Reimburse the Project Sponsor for eligible Federal matching funds or other applicable
funding sources in accordance with Agreement terms.
4.2.6. Coordinate with the FHWA and provide guidance to Project Sponsors and Consultants as
needed.
4.3. THE PROJECT SPONSOR SHALL:
4.3.1. Promptly review proposed Task Order costs, fees, scopes, and deliverables.
4.3.2. Assume responsibility for local administration and management of assigned Task Orders,
including alignment with the scope of work.
4.3.3. Review and approve Consultant invoices.
4.3.4. Notify ARDOT of significant changes to project scope, schedule, or budget .
4.3.5. Adhere to applicable Federal, State, and local laws, regulations, and guidelines.
4.3.6. Maintain compliance with the National Environmental Policy Act (NEPA), the Uniform Act,
the Americans with Disabilities Act (ADA) requirements, and other Federal mandates.
4.3.7. Submit complete and accurate invoices for reimbursement to ARDOT, proof of payment
rendered to Consultant, and other supporting documentation, as applicable.
4.3.8. Monitor project ceilings and ensure proper allocation of costs in accordance with Task
Orders.
4.3.9. Retain project records for audit purposes.
4.3.10. Address project risks, delays, cost overruns, or compliance issues, and notify ARDOT
immediately if they may impact project timelines or funding.
4.3.11. Assist ARDOT in resolving disputes with the Consultant when required.
5. PROJECT COORDINATION
5.1. COORDINATION MEETINGS: The Consultant shall organize and participate in coordination
meetings as necessary with representatives of the Project Sponsor, ARDOT, and FHWA to ensure
effective communication and collaboration. These meetings will provide updates on project progress
and address any issues requiring input or direction from the Project Sponsor, ARDOT, or FHWA.
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII CONTRACT CEILINGS
ZEK5MQHFTPVK-2146535117-287 Page 9 of 40
5.2. WORK REVIEW LOCATION: The Consultant’s work and all files and documents produced under
this Agreement may be reviewed by representatives of the Project Sponsor, ARDOT, and FHWA at
the Consultant’s project office.
5.3. ENTRY UPON PRIVATE PROPERTY: The Project Sponsor shall notify private landowners of the
Consultant’s need for access to private property using a letter drafted by the Consultant. The
Consultant shall only enter private property with the landowner’s consent and notify the Project
Sponsor if access is denied.
5.4. INACTIVE FEDERAL FUNDS AND POSITIVE PROGRESS: The parties acknowledge the
importance of timely use of Federal funds to comply with FHWA’s guidance and avoid de-obligation
or loss of funding. The Consultant, Project Sponsor, and ARDOT shall ensure positive progress in
fulfilling their respective obligations under the Agreement to maintain funding eligibility and avoid
delays.
6. CONTRACT CEILINGS
6.1. The maximum amount payable for Title I Services under this Agreement is $4,000,000.
6.2. The maximum amount payable for Title II Services under this Agreement is $4,000,000.
6.3. The maximum amount payable for all services under this Agreement is $8,000,000.
6.4. TASK ORDER CEILING PRICE: Each Task Order will include a defined ceiling amount for Title I
Services, Title II Services, or both as applicable. For design services Task Orders where effort is
included as a placeholder for services to be performed during Construction, both Title I and Title II
Ceiling prices shall be defined.
6.5. The Consultant shall not incur costs exceeding any specified Contract Ceiling without prior approval
in the form of a Supplemental Agreement. Aggregate payments under this Agreement, including all
costs and fees, shall not exceed the Contract Ceiling Price. No adjustment of the Indirect Cost Rate,
other adjustment, claim or dispute shall affect the limits imposed by these ceiling prices. No payme nt
of costs or fees shall be made above these ceiling prices unless modified by Supplemental
Agreement.
7. TASK ORDERS
7.1. CONTRACT STRUCTURE: In exchange for services performed, the Consultant will be
compensated as outlined in Task Orders issued under this Agreement. Task Orders shall define the
scope, negotiation, and payment terms, and will follow one of the following structures:
7.1.1. COST PLUS-FIXED-FEE TASK ORDER: Payment will be made for all allowable and pre-
approved direct and indirect costs incurred during the performance of the work, plus a
predetermined Fixed Fee.
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII ALLOWABLE COSTS
ZEK5MQHFTPVK-2146535117-287 Page 10 of 40
7.1.2. LUMP SUM (FIRM FIXED FEE) TASK ORDER: Compensation will consist of a specified,
predefined fee that represents full payment for all costs associated with the performance
of the work, including labor, materials, overhead, and profit. Services shall be invoiced
monthly as a percentage of the total work completed or upon achieving milestones as
defined in the Task Order.
7.1.3. SPECIFIC RATE OF COMPENSATION TASK ORDER: Payment will be based on
approved labor and activity rates specified in the Task Order. Compensation for overhead
and profit will be calculated by applying an approved Multiplier to the applicable salary rate.
The Fee includes all costs to be incurred by the Consultant, and no additional
reimbursement will be made for costs exceeding those negotiated in the individual Task
Order. The Consultant assumes responsibility for all costs and risks associated with
fulfilling the obligations of the Task Order.
7.2. GENERAL TASK ORDER PROVISIONS: Regardless of the type of Task Order, the Consultant
shall not be reimbursed for any costs exceeding the Task Order Ceiling unless modified through a
Supplemental Agreement.
7.2.1. The Consultant is responsible for managing all costs and risks associated with fulfilling the
obligations under the Task Order.
7.2.2. Payment will only be made for work completed in accordance with the scope and
requirements outlined in the Task Order’s Scope of Work.
7.2.3. The Consultant will only be compensated for work actually performed.
8. ALLOWABLE COSTS
8.1. Allowable costs are subject to the limitations, regulations, and cost principles and procedures in FAR
and the State of Arkansas Travel Regulations as adopted by the Department ’s Accounting Manual,
which are expressly incorporated into this Agreement by reference. Those recorded costs that, at
the time of the request for reimbursement, the Consultant has paid by cash, check, or other form of
actual payment for items or services purchased directly for the Agreement.
8.2. COST ELIGIBILITY: Costs eligible for payment include only:
8.2.1. Materials issued from the Consultant’s inventory and placed in the production process for
use in its performance under this Agreement.
8.2.2. Direct labor.
8.2.3. Direct travel.
8.2.4. Other direct in-house costs as specified and allowed by the Task Order.
8.2.5. Properly allocable and allowable indirect costs, as shown in the records maintained by the
Consultant for purposes of obtaining reimbursement under government contracts.
8.2.6. Allowable payments made to the Consultant’s subconsultants under similar cost standards
and as provided for in the Task Order.
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII COSTS NOT ALLOWED
ZEK5MQHFTPVK-2146535117-287 Page 11 of 40
8.3. MAXIMUM DIRECT HOURLY RATES: All labor categories that the Consultant anticipates utilizing
for work assigned will be negotiated for the term of the Task Order. No salary above the rates agreed
upon in the Task Order nor any salary classifications not included in the Task Order will be allowed
for billing or fee negotiation purposes without written prior approval.
8.4. OVERTIME COSTS shall be reimbursed only when the overtime has been authorized in writing.
When authorized, overtime shall be reimbursed at the rate of time and one -half for all nonexempt
employees. Notwithstanding this provision, the Consultant must comply with all Federal and State
wage and hour laws and regulations, regardless of whether the overtime is considered reimbursable
under this Agreement.
8.5. NON-SALARY DIRECT RATES: If applicable, non-salary direct rates such as unit rates for specific
services shall be negotiated for each individual Task Order.
9. COSTS NOT ALLOWED
9.1. COST CONTROL AND FEE INTEGRITY: The Consultant is responsible for ensuring that the staff
assigned to perform services under a Task Order are substantially representative of those presented
during the negotiation of Task Order costs and fees. Billing for salary classifications not includ ed in
the Task Order or at rates exceeding the approved maximum hourly rates is prohibited unless prior
written authorization is obtained from the Project Sponsor and the Department. Notwithstanding any
other clause of this Agreement, ARDOT or the Project Sponsor may, at any time, issue to the
Consultant a written notice of intent to disallow specified costs incurred or planned for incurrence
under an assigned Task Order if such costs are determined not to be allowable under the terms of
the Agreement.
9.2. If the Consultant’s staff are compensated at rates higher than the allowable billing rates, the excess
amount shall be borne by the Consultant and not passed on to the Department or Project Sponsor.
9.3. If a subsequent audit determines that: (1) items not properly reimbursable have been reimbursed
as direct costs; or (2) the Indirect Cost Rate includes items not allowable under FAR, the following
actions shall apply: the Indirect Cost Rate will be retroactively amended to reflect only allowable
indirect costs incurred, and for both direct and indirect costs, the offset of overpayments will be made
on future payments, or the Consultant shall refund any overpayment.
9.4. Failure to issue a notice under this section shall not waive or otherwise limit the Project Sponsor’s or
ARDOT’s right to disallow payment for any incurred costs determined to be unallowable under the
terms of this Agreement. This right applies to both current payment requests and any payments later
determined to have been made in error.
10. INVOICING
10.1. The Consultant shall submit a detailed invoice no more than once monthly, and no more than thirty
days following the performance of work by either by the Consultant or any applicable subcontractors
supported by:
10.1.1. A statement of the claimed allowable costs submitted for performing the Task Order
services.
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII INVOICING
ZEK5MQHFTPVK-2146535117-287 Page 12 of 40
10.1.2. The estimated amount and value of assigned services that have been completed for the
Task Order to date.
10.1.3. Additional information requested by the Project Sponsor or ARDOT including invoice
calculations in native files format.
10.2. INVOICE REQUIREMENTS: Each invoice must be provided on a template approved of or provided
by ARDOT. The invoice shall include cost, and fees claimed for the specific Task Order since
submittal of the last invoice. Invoices shall include the following details:
10.2.1. Consultant’s name and address.
10.2.2. Federal Tax ID Number.
10.2.3. Job name and number.
10.2.4. Task Order number.
10.2.5. ARDOT-specific Invoice Number.
10.2.6. Invoice date and billing start/end dates.
10.2.7. Total earned for the period.
10.2.8. Total amount due for the period detailing deductions for previous overpayments, errors, or
credits applied.
10.2.9. Project-to-date billing totals.
10.2.10. Consultant’s signature and certifying statement.
10.3. INVOICE APPROVAL: Upon approval of the invoice, payment shall be made to the Consultant as
soon as practicable. Payment will include all allowable costs and the approved portion of the agreed -
upon fee less any previous payments. Notwithstanding any other provision of this A greement, only
costs and fees deemed allowable under Subpart 31.2 of the FAR, as in effect on the date of this
Agreement, and in accordance with the terms of this Agreement, shall be reimbursed or paid.
Invoices shall be submitted to the Project Sponsor for payment as directed in the Task Order.
10.4. FINAL INVOICE: The Consultant shall submit a final invoice, designated as such, promptly upon
completion of the work, but no later than forty-five (45) days after the date that work assigned by a
Task Order is complete. Upon approval of the final invoice, and upon the Consultant’s compliance
with all terms of this Agreement, the Project Sponsor shall promptly pay any balance of allowable
costs and estimated fee owed to the Consultant. After the final release, the Consultant shall continue
to provide services as needed through Supplemental Agreement(s) with respect to the contracted
services under this Agreement until project completion.
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII TRAVEL REGULATIONS
ZEK5MQHFTPVK-2146535117-287 Page 13 of 40
10.5. FINAL RELEASE: As a condition precedent to receiving final payment for services rendered for an
assigned Task Order, the Consultant shall execute and deliver to both the Project Sponsor and
ARDOT a release of all claims arising under or by virtue of the Task Order. This release shall include
all claims known or that reasonably could have been known to exist, except for any claims explicitly
stated and excepted by the Consultant in the release, with the amounts of such claims clearly
specified.
11. TRAVEL REGULATIONS
11.1. USE OF PUBLIC FUNDS FOR TRAVEL: Travel costs, including transportation, lodging, and meals,
shall be reasonable and necessary to achieve the objectives of the assigned work.The Consultant
shall incur expenses economically and in accordance with applicable Federal, State and ARDOT
regulations and policies governing the use of public funds.
11.2. TRAVEL REIMBURSEMENT: Reimbursement for approved travel expenses shall reflect actual
expenses for meals and lodging not exceeding the maximum allowable rates.Travel reimbursement
is not a per diem.
11.3. DISALLOWANCE OF NON-COMPLIANT TRAVEL COSTS: Travel costs may be disallowed and
deemed non-reimbursable if ARDOT or the Project Sponsor determines that:
11.3.1. The travel expenses exceed allowable costs as defined by Federal and State guidelines,
ARDOT policies, or the Agreement.
11.3.2. The travel was not required or necessary for the completion of the tasks associated with
the assigned work.
11.3.3. Appropriate documentation for travel expenses, as required under the terms of this
Agreement, is not submitted within the timeline set forth for the submission of invoices.
11.4. Failure to comply with these requirements will result in the Consultant bearing the costs of non -
compliant or undocumented travel expenses, with no entitlement to reimbursement.
11.5. TRAVEL DAY: Travel status typically begins after breakfast on the first day of travel and ends before
dinner on the final day of travel. Travelers are eligible for 75% of the standard meal allowance on
both the first and last days of travel. Meals will generally not be reimbursed without a lodging
reimbursement request. An exception may be granted if the Consultant is in overnight travel status
but does not claim lodging expenses when an alternative accommodation arrangement (for example,
a shared short-term rental) is detailed and demonstrates cost-savings compared to standard lodging.
11.6. TRAVEL REIMBURSEMENT FORM: The standard ARDOT form for the Consultant’s travel must be
attached to invoices when reimbursement for lodging and meals is claimed or requested.
11.7. MAXIMUM DAILY ALLOWANCE FOR MEALS AND LODGING: Compensations shall be made at
the mileage reimbursement and standard meal and lodging rates set forth in by the General Services
Administration’s (GSA) Federal Travel Directory. GSA at the time of travel.
11.8. FULL TRAVEL DAY REIMBURSEMENT: The Project Sponsor shall pay, and ARDOT shall
reimburse, no more than the maximum daily reimbursement for actual expenses incurred according
to ARDOT’S policy and procedures.
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII WITHHOLDING PAYMENT
ZEK5MQHFTPVK-2146535117-287 Page 14 of 40
11.9. PARTIAL TRAVEL DAYS: Partial travel days shall be reimbursed based on the traveler’s departure
and return time based on the Standard Rate.
12. WITHHOLDING PAYMENT
12.1. Withholding payment to the Consultant under this provision shall in no way relieve the Consultant of
its obligation to continue to perform services as assigned.
12.2. The Project Sponsor may withhold disputed payments to cover thefollowing:
12.2.1. Third party claim(s) against the Project Sponsor or ARDOT as covered by the
indemnification terms of this Agreement which are the result of the Consultant’s
negligence.
12.2.2. Fraud, over-billing, or overpayment.
12.2.3. Costs not defined in the Task Order including fees for unapproved subcontracts .
12.2.4. Failure to make prompt payments to subcontractors per Agreement and subcontract terms.
12.2.5. Failure to meet the Standard of Care defined in this Agreement.
12.3. By extension, ARDOT reserves the right to withhold reimbursement to the Project Sponsor for
payments made to the Consultant if any of the conditions under which the Project Sponsor may
withhold payment from the Consultant apply. Consequently, it is the responsibility of the Project
Sponsor to diligently uphold its obligation to ensure its payments to the Consultant comply with
funding requirements to avoid potential loss of anticipated reimbursement and future funding
opportunities.
13. STOP WORK ORDERS
13.1. At any time, ARDOT or the Project Sponsor, in coordination with ARDOT, may issue a written order
to the Consultant requiring a temporary suspension of all or part of the work assigned under this
Agreement. This suspension may last for a period of up to 90 days or longer if mutually agreed upon
by the parties. Upon receipt of such an order, the Consultant shall promptly comply and take all
reasonable steps to minimize costs associated with the suspended work during the suspension
period.
13.2. During the suspension period, ARDOT or the Project Sponsor, in coordination with ARDOT, will
determine whether to:
13.2.1. Cancel the stop work order and direct the Consultant to resume work; or
13.2.2. Terminate the work in accordance with the Agreement’s termination provisions.
13.3. If the stop work order is canceled or its period (including any agreed extensions) expires, the
Consultant shall promptly resume the work. If the suspension was not due to the Consultant’s default
under the Agreement, and it results in additional time or costs for the Consultant to perform its
obligations, ARDOT will make an equitable adjustment to the delivery schedule, fee, or both. Any
such adjustments will be formalized by Supplemental Agreement.
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII COMMENCEMENT, TERM, AND COMPLETION
ZEK5MQHFTPVK-2146535117-287 Page 15 of 40
13.4. The Consultant must comply with the Agreement's requirements for notifying ARDOT of potential
claims or disputes resulting from a stop work order.
14. COMMENCEMENT, TERM, AND COMPLETION
14.1. Notwithstanding the date of execution or signature, this Agreement shall not become effective until
formal Notice to Proceed is issued. The effective date of this Agreement shall be the date specified
in the Notice to Proceed.
14.2. This Agreement shall commence on the effective date set forth and remain in effect until the
completion of the Consultant’s services issued as Task Orders under this Agreement.
14.3. Task Orders may be issued under the terms of this Agreement beginning on the effective date set
forth. The termination date and final date for execution of Task Order s under this Agreement is
DECEMBER 31, 2028.
14.4. The Consultant shall commence work according to the schedule detailed in each Task Order
schedule within ten (10) business days after receiving written Notice to Proceed.
14.5. If services are specified to be performed in phases, each subsequent phase will begin upon written
approval of the preceding phase by ARDOT, the Project Sponsor, or both, as detailed in the Task
Order.
14.6. The Consultant shall not be entitled to compensation for services performed for any Task Order,
Supplemental Agreement, or phase without prior notice to proceed by the authority or authorities
detailed in this Agreement.
14.7. Time is of material consideration in the performance of Task Order services under this Agreement.
The Consultant shall adhere to the schedule and completion date detailed in the Task Order. ARDOT
and the Project Sponsor, as applicable, will provide necessary approvals in a timely manner.
15. FUNDING LIMITATIONS
15.1. The obligations of ARDOT and the Project Sponsor under this Agreement are contingent upon the
availability of appropriated funds from which payments can be made during the current and
subsequent fiscal years for the duration of this Agreement. This includes funds appropriated by the
State of Arkansas and those provided by the United States or other funding sources.
15.2. No legal liability on the part of ARDOT, the Project Sponsor, or any other participating entity shall
arise under this Agreement until sufficient funds are appropriated, allocated, and made available for
the performance of the services outlined herein. ARDOT and the Project Sponsor reserve the right
to modify, suspend, or terminate this Agreement or any associated Task Orders if sufficient funding
is not appropriated or becomes unavailable for any reason, including changes to Federal, State, or
local funding levels.
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII TERMINATION
ZEK5MQHFTPVK-2146535117-287 Page 16 of 40
16. TERMINATION
16.1. ARDOT may terminate this Agreement, or any individual Task Order, in whole or in part, for its
convenience or due to the Consultant's default. Termination will be initiated by written notice to the
Consultant.
16.2. The Project Sponsor in coordination with ARDOT may terminate an individual Task Order.
16.3. Upon receiving notice of termination, the Consultant shall:
16.3.1. Immediately discontinue all affected services, unless otherwise directed in the notice.
16.3.2. Deliver to ARDOT or the Project Sponsor, as applicable, all materials, information, and
documents related to the Agreement or Task Order, whether completed or in progress.
16.3.3. Terminate subcontracts to the extent they pertain to the terminated work.
16.3.4. If requested by ARDOT, assign all rights, title, and interest in terminated subcontracts to
ARDOT, allowing ARDOT to resolve any claims or disputes arising from those
subcontracts without waiving its own claims against the Consultant.
16.3.5. Settle any outstanding liabilities from terminated subcontracts, with ARDOT's approval or
ratification, provided the costs are allowable under the Agreement.
16.3.6. Continue performing any work not included in the termination.
16.3.7. Take necessary actions, or those directed by ARDOT, to protect and preserve property
related to the Agreement that is in the Consultant's possession and in which ARDOT has
or may acquire an interest.
16.4. If the termination is for ARDOT’s or the Project Sponsor's convenience, ARDOT shall pay the
Consultant for work performed through the effective termination date. ARDOT may also reimburse
the Consultant for reasonable expenses incurred because of the termination, such as demobilization
and personnel reassignment, as determined by ARDOT.This adjustment will not include anticipated
fees or profits for unperformed work.
16.5. If the termination is due to the Consultant’s default, ARDOT may complete the work through other
means, and the Consultant will be liable for any additional costs incurred by ARDOT due to the
default.
16.6. Disputes or claims resulting from a termination will be addressed in accordance the Disputes and
Claims section of this Agreement.
16.7. The rights and remedies provided to ARDOT and the Project Sponsor in this section are in addition
to any other rights or remedies available under the Agreement or by law and do not constitute a
waiver of any such rights or remedies.
17. CHANGES
17.1. ARDOT may, at any time and by written order, request changes within the general scope of this
Agreement or an assigned Task Order through a Supplemental Agreement.
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII DISPUTES AND CLAIMS
ZEK5MQHFTPVK-2146535117-287 Page 17 of 40
17.2. All changes to Task Order services directed by the Project Sponsor shall be coordinated with ARDOT
and are subject to mutual agreement among the parties. No change requested by the Project
Sponsor shall take effect until it has been approved in writing by ARDOT through a Supplemental
Agreement. The Consultant shall not proceed with any Project Sponsor-directed changes until Notice
to Proceed has been given.
17.3. If any such change causes an increase or decrease in the cost or time required for the performance
of any part of the work under this Agreement or an assigned Task Order, ARDOT or the Project
Sponsor shall make an equitable adjustment through a Supplemental Agreement to:
17.3.1. The estimated cost, delivery or completion schedule, or both.
17.3.2. The amount of any fee.
17.3.3. Other affected terms of the Agreement or Task Order.
17.4. All claims and disputes arising from such changes shall be governed by the Disputes and Claims
Section of this Agreement, which requires the Consultant to provide written notice of its intention to
make a claim for additional compensation before beginning any work related to the claim. Failure to
provide such notice constitutes a waiver of any claim for additional compensation.
17.5. Failure to reach agreement on any adjustment shall be considered a dispute under the Disputes and
Claims Section of this Agreement. However, nothing in this section or any other provision of this
Agreement shall excuse the Consultant from proceeding with t he Agreement or Task Order as
modified by the Supplemental Agreement.
18. DISPUTES AND CLAIMS
18.1. In coordination with ARDOT representatives, the Project Sponsor and Consultant shall make all
reasonable efforts to resolve disputes informally.
18.2. NOTICE OF POTENTIAL CLAIM: If a dispute cannot be resolved informally, the Consultant shall
submit formal written notice to ARDOT's Assistant Chief Engineer and the Project Sponsor's
Representative stating its intention to make a claim for additional compensation before beginning the
work that gives rise to the claim.
18.3. FORM AND CONTENT OF CLAIMS: All disputes and claims shall sufficiently detail the basis for
entitlement and the actual allowable costs incurred including:
18.3.1. A detailed factual statement of the claim, providing all necessary dates, locations, and
items of work affected by the claim.
18.3.2. The date the actions resulting in the claim occurred or the conditions resulting in the claim
became evident.
18.3.3. A copy of the “Notice of Potential Claim.”
18.3.4. The name, title, and activity of each ARDOT or Project Sponsor employee knowledgeable
about the facts that gave rise to the claim.
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII DISPUTES AND CLAIMS
ZEK5MQHFTPVK-2146535117-287 Page 18 of 40
18.3.5. The name, title, and activity of each Consultant, Subconsultant, or employee
knowledgeable about the facts that gave rise to the claim.
18.3.6. The specific provisions of the Agreement or Task Order that support the claim and a
statement explaining why those provisions support the claim.
18.3.7. The identification and substance of any relevant documents, items, or oral communications
related to the claim.
18.3.8. A statement specifying whether the claim is based on provisions of the Agreement or an
alleged breach of the Agreement.
18.3.9. If an extension of time is sought, the specific number of days requested and the basis for
the extension.
18.3.10. The amount of additional compensation sought, including a specific cost breakdown of the
amount claimed.
18.3.11. Any other relevant information or documents.
18.4. DECISION: ARDOT shall coordinate closely with the Project Sponsor’s Representative in reviewing
and resolving claims in consideration of the Project Sponsor’s interests as a party to the Agreement,
Federal requirements, and State regulations. ARDOT’s Assistant Chief Engineer shall issue a
decision on the claim after carefully considering the Project Sponsor’s position and consulting with
the Project Sponsor’s Representative.
18.5. APPEAL: If the Consultant receives an adverse decision from ARDOT's Assistant Chief Engineer,
the Consultant may submit the claim in writing to ARDOT's Chief Engineer within 60 calendar days
from the date of the Assistant Chief Engineer’s decision.
18.6. FINAL DECISION BY ARDOT: The decision of ARDOT's Chief Engineer shall be final and
conclusive unless the Consultant files an appeal with the Arkansas State Claims Commission within
60 calendar days of the Chief Engineer’s decision. The Consultant shall be afforded an opportunity
to be heard and present evidence before the Claims Commission, in accordance with the rules and
regulations of the Claims Commission, including Ark. Code Ann. § 19-10-302, which requires pursuit
and exhaustion of remedies against responsible third parties and insurance coverage .
18.7. CONTINUED PERFORMANCE: Pending the final resolution of a dispute or claim, unless ARDOT
has terminated this Agreement under the Termination section or issued a stop work order under the
Stop Work section, the Consultant shall proceed diligently with performance in accordance with
ARDOT’s decisions and any directives issued under the applicable Task Order.
18.8. NONEXCLUSIVE REMEDIES: The rights and remedies provided to ARDOT in this section are
supplemental to, and do not limit, any other rights or remedies provided by law or under this
Agreement. ARDOT may, at its sole discretion, receive and act upon a proposal, dispute, or claim
submitted at any time before final payment under this Agreement.
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII INTELLECTUAL PROPERTY
ZEK5MQHFTPVK-2146535117-287 Page 19 of 40
19. INTELLECTUAL PROPERTY
19.1. OWNERSHIP OF DOCUMENTS AND DATA: Except for any pre-existing intellectual property, all
project documents and data, regardless of form and including but not limited to original drawings,
CADD files, cross-sections, estimates, calculations, reports, survey data, GIS files, inspection logs,
field notes, as-built records, and other technical, digital, administrative, or construction-related
materials produced under this Agreement, shall be transmitted to ARDOT or the Project Sponsor, as
applicable.
19.2. RECORDKEEPING: The Consultant may retain reproduced copies of all documents and data for
its records. If any patent rights or copyrights are created as part of this Agreement or any Task Order,
ARDOT and/or the Project Sponsor shall have a perpetual, irrevocable, royalty-free license to use
such documents, data compilations, or other work products for their intended purposes. Any use of
the Consultant’s work product by ARDOT or the Project Sponsor for purposes other than those
intended under this Agreement shall be at no risk to the Consultant.
19.3. INTELLECTUAL PROPERTY WARRANTY AND INDEMNIFICATION: The Consultant warrants
that any documents, data, models, software, or other work products provided under this Agreement
(collectively, "Deliverables") do not infringe upon any patent, copyright, trademark, trade secret, or
other intellectual property rights of third parties. The Consultant further warrants that all Deliverables
comply with applicable licensing agreements, open-source software requirements, and proprietary
software usage terms.
19.4. COPYRIGHT INFRINGEMENT: In the event of an actual or alleged infringement claim related to
the Deliverables, the Consultant shall, at its sole expense and in coordination with ARDOT or the
Project Sponsor, take one or more of the following actions as necessary to resolve the claim and
ensure continued, uninterrupted use of the Deliverables by ARDOT or the Project Sponsor:
19.4.1. Obtain for ARDOT or the Project Sponsor a license or other rights necessary to continue
using the affected Deliverables.
19.4.2. Replace or modify the affected Deliverables to eliminate the infringement while maintaining
equivalent functionality, quality, and compliance with project requirements.
19.4.3. Indemnify ARDOT or the Project Sponsor: Indemnify and hold harmless ARDOT or the
Project Sponsor against any costs, damages, settlements, or legal expenses incurred as
a result of such claims, to the extent permitted by applicable law.
20. RECORDS AND AUDITS
20.1. RECORDS: The Consultant shall maintain records sufficient to properly reflect all costs (direct and
indirect) claimed or anticipated in the performance of this Agreement. ARDOT, the Project Sponsor,
the FHWA, and their authorized representatives shall have the right to examine and audit these
records. This includes records related to the determination or certification of the Indirect Cost Rate,
including any independent CPA audit or certification relied upon to establish the rate, and records
relevant to the performance of this Agreement.
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII RECORDS AND AUDITS
ZEK5MQHFTPVK-2146535117-287 Page 20 of 40
20.2. INDIRECT COST RATE: The Consultant is required to submit CPA-audited Indirect Cost Rate
reports annually, corresponding to the Consultant’s fiscal year. Indirect Cost Rate approval for
specific Task Orders under this Agreement may be tied to the audit of the fiscal year applicable to
the performance period of the Task Order. ARDOT, the Project Sponsor, FHWA, or their
representatives may examine and audit records related to the applicable fiscal year audit to confirm
the accuracy and applicability of the approved Indirect Cost Rate for the associated Task Orders.
Current ARDOT Indirect Cost Rate Requirements can be found on the Department’s webpage.
20.3. EXAMINATION: These rights also include inspection of the Consultant’s offices and facilities
involved in performing the Agreement during reasonable business hours with advance notice of five
(5) business days. If the Consultant submits data in connection with any action under this
Agreement—such as negotiations, cost reimbursement requests, payment requests, adjustments,
or claims—ARDOT, the Project Sponsor, FHWA, and their representatives shall have the right to
examine and audit all related records. This includes, but is not limited to:
20.3.1. Determination or certification of the Indirect Cost Rate, including the CPA audit for the
applicable fiscal year.
20.3.2. Proposals for the Agreement, subcontracts, or modifications.
20.3.3. Negotiations and discussions on proposals.
20.3.4. Fees or allowable costs.
20.3.5. Performance under the Agreement or any subcontract.
20.3.6. The basis and amounts of any claims or disputes.
20.4. REPORTS: If the Consultant is required to furnish cost, funding, or performance reports, ARDOT,
the Project Sponsor, FHWA, or their representatives may audit supporting records to evaluate the
effectiveness of the Consultant’s policies and the accuracy of reported data.
20.5. RECORD RETENTION: The Consultant shall retain all records, materials, and other evidence
described herein for a minimum of five (5) years after the final payment under this Agreement, or
longer if required by statute or other Agreement provisions. Additionally:
20.5.1. If the Agreement is fully or partially terminated, records related to the terminated work shall
be retained for five (5) years following termination.
20.5.2. Records pertaining to claims, disputes, litigation, or settlement of claims shall be retained
until all such matters, including appeals, are resolved.
20.6. AVAILABILITY: These records shall be made available at the Consultant’s offices for examination,
audit, or reproduction during normal business hours, with at least five (5) business days' prior notice,
as required by ARDOT, the Project Sponsor, FHWA, or their authorized representative.
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII BANKRUPTCY
ZEK5MQHFTPVK-2146535117-287 Page 21 of 40
21. BANKRUPTCY
21.1. In the event the Consultant enters bankruptcy proceedings, whether voluntary or involuntary, the
Consultant shall furnish written notice of the bankruptcy to ARDOT by certified mail. This notice must
be provided within five (5) calendar days of the initiation of such proceedings. The notice shall
include:
21.1.1. The date on which the bankruptcy petition was filed.
21.1.2. The identity of the court in which the bankruptcy petition was filed.
21.1.3. A listing of all ARDOT job numbers, Federal-Aid Project (FAP) numbers, and Task Orders
under this Agreement for which final payment has not been made.
21.2. This obligation remains in effect until all obligations under this Agreement, including those associated
with Task Orders, have been satisfied, and final payment has been issued.
21.3. In the event of bankruptcy, ARDOT reserves the right to take any action permitted under applicable
Federal and State laws, including but not limited to the suspension or termination of this Agreement
or any Task Order associated with it, to protect the interests of ARDOT and ensure compliance with
funding requirements.
22. EMPLOYMENT OF PRESENT AND FORMER EMPLOYEES
22.1. The Consultant shall not employ or make an offer of employment, for regular or part -time work related
to any ARDOT or Project Sponsor projects under this Agreement, to any individual who:
22.1.1. Is a current ARDOT or Project Sponsor Employee.
22.1.2. Is a former employee of ARDOT or the Project Sponsor who, at any time during their
employment, participated personally and substantially in any matter related to this
Agreement through decision, approval, disapproval, recommendation, rendering of advice,
investigation, or otherwise.
22.1.3. Is a former employee of ARDOT or the Project Sponsor within 12 months of their
separation from employment and will knowingly act as a principal or agent on matters that
were within their official responsibilities during their ARDOT or Project Sponsor
employment.
22.1.4. Is a former employee of ARDOT or the Project Sponsor within 12 months of separation,
who engages in selling or attempting to sell commodities, technical services, or
professional consultant services to ARDOT or the Project Sponsor under this Agreement,
unless the individual’s last annual salary at ARDOT or the Project Sponsor did not exceed
ten thousand five hundred dollars ($10,500).
22.1.5. Is a former employee of ARDOT or the Project Sponsor who was terminated for cause or
allowed to resign/retire in lieu of termination for cause.
22.1.6. Is acting as a principal or agent on behalf of any person disqualified under this section.
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII SUCCESSORS AND ASSIGNS
ZEK5MQHFTPVK-2146535117-287 Page 22 of 40
22.2. AVOIDING CONFLICTS OF INTEREST: This section is not intended to preclude former ARDOT or
Project Sponsor employees from accepting employment with the Consultant solely because the
Consultant has entered into this Agreement.
22.2.1. The Consultant is responsible for ensuring that no former employee of ARDOT or the
Project Sponsor engages in activities that would violate the public trust.
22.2.2. The Consultant shall proactively identify, disclose, and mitigate potential conflicts of
interest to ensure compliance with this section, prioritizing the best interests of the public
and maintaining the integrity of the services provided under this Agreem ent.
23. SUCCESSORS AND ASSIGNS
23.1. This Agreement shall be binding upon ARDOT, the Project Sponsor, the Consultant, and their
respective successors, assigns, and legal representatives. Except as otherwise provided in this
Agreement, no party may assign, delegate, or transfer any rights, obligations, or benefits under this
Agreement without the prior written consent of the other parties, which consent shall not be
unreasonably withheld. Any unauthorized assignment or transfer shall be null and void.
23.1.1. Nothing in this section shall be construed to:
• Waive any immunity, defense, or protection afforded to ARDOT, the Project Sponsor,
or any other governmental entity that is a party to this Agreement under applicable
laws; or
• Create or impose personal liability on any officer, agent, or employee of ARDOT, the
Project Sponsor, or any other governmental entity involved in the Agreement, beyond
the scope of their official duties.
23.2. Any permitted assignment or delegation of this Agreement shall not relieve the assigning or
delegating party of its obligations under this Agreement unless expressly agreed in writing by the
other parties.
24. INDEMNITY AND RESPONSIBILITY FOR CLAIMS AND LIABILITY
24.1. The parties mutually recognize that Arkansas is a sovereign State subject to the provisions of the
Arkansas Constitution and State law. Nothing in this contract shall be interpreted or construed to
waive any legal defense which may be available to a party or any exemption, limitation or exception
which may be provided by the respective laws. Any claims brought against ArDOT are under the
exclusive jurisdiction of the Arkansas State Claims Commission.
24.2. The Consultant shall hold harmless and indemnify ARDOT, its officers, employees, agents, and any
other governmental agencies with an interest in the project, from all claims and liabilities arising out
of any negligent acts, errors, or omissions in the services performed under this Agreement by the
Consultant, its subcontractors, their agents, or employees.
24.3. No director, officer, manager, employee, agent, assign, or representative of ARDOT shall be
personally liable to the Consultant under this Agreement for any breach, act, or omission related to
its execution or performance.
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII INSURANCE REQUIREMENTS
ZEK5MQHFTPVK-2146535117-287 Page 23 of 40
24.4. The parties agree that the Consultant shall operate as an independent consultant of ARDOT. The
Consultant shall be solely responsible for any acts or omissions by its agents, employees, or
subcontractors in connection with this Agreement. No action or direction by ARDOT shall be
construed as exercising supervision or control over the Consultant’s performance.
25. INSURANCE REQUIREMENTS
25.1. PROFESSIONAL LIABILITY INSURANCE COVERAGE: The Consultant shall maintain, at all times
during the performance of services under this Agreement, professional liability insurance covering
negligent errors, omissions, and negligent acts caused by the performance of professional services
under this Agreement. Coverage shall not be less than five (5) times the original Contract Ceiling
Price or $2,000,000 per claim and aggregate, whichever is less.
25.2. SUBCONSULTANT COVERAGE: This insurance shall extend to Subconsultants to the extent
detailed in the Subcontracting section including provisions for the transfer of liability for
Subconsultant negligence, errors, and omissions to the Subconsultant.
25.3. DEDUCTIBLE: The Consultant may maintain a professional liability insurance policy with a
deductible clause, provided the deductible amount is approved by ARDOT, and the Consultant
demonstrates sufficient financial resources to cover potential liability equal to the deductible amount.
Failure to maintain adequate financial resources or comply with deductible obligations may result in
Default under this Agreement.
25.4. WORKERS’ COMPENSATION AND EMPLOYER’S LIABILITY INSURANCE: The Consultant shall
maintain, at all times during the term of this Agreement, Workers’ Compensation and Employer’s
Liability Insurance as required under Arkansas law. Subconsultants shall also maintain this coverage
as detailed in the Subcontracting section.
25.5. AUTOMOBILE AND GENERAL LIABILITY INSURANCE: The Consultant shall maintain
commercial general liability and automobile liability insurance with minimum coverage limits of
$1,000,000 per occurrence and $2,000,000 in aggregate. This insurance shall extend to
Subconsultants as outlined in the Subcontracting section.
25.6. VALUABLE PAPERS INSURANCE AND ELECTRONIC DATA PROCESSING INSURANCE: The
Consultant shall maintain insurance coverage for both Valuable Papers and Electronic Data
Processing (EDP) to cover costs associated with repairing, restoring, or replacing physical or
electronic documents required by ARDOT, including data stored on cloud platforms. This coverage
shall also extend to Subconsultants as required under the provisions for Subcontracting section of
this Agreement.
25.7. CERTIFICATES OF INSURANCE: The Consultant shall provide ARDOT with certificates of
insurance evidencing all required policies before the execution of this Agreement and upon renewal
of any policy.
25.8. PRIMARY COVERAGE: All insurance maintained by the Consultant shall be primary to and non -
contributory with any coverage maintained by ARDOT or the Project Sponsor.
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII SUBCONTRACTING
ZEK5MQHFTPVK-2146535117-287 Page 24 of 40
25.9. DURATION OF INSURANCE OBLIGATIONS: The Consultant shall maintain professional liability
insurance coverage required under this Agreement in force for a period of no less than five (5) years
following the final acceptance of the project or the completion of the Consultant's services under this
Agreement, whichever occurs later. Commercial General Liability Insurance and Valuable Papers
Insurance coverage shall remain in effect until the later of final acceptance of the project or
completion of the Consultant’s services. All other insurance shall be maintained until the earlier of
final acceptance or the completion of the Consultant's services under this Agreement.
25.10. ADDITIONAL INSURANCE REQUIREMENTS: All insurance maintained by the Consultant
pursuant to this section shall be issued by insurance companies authorized to do business in
Arkansas, in a form and substance satisfactory to ARDOT. Policies shall provide that the insurance
will not be subject to cancellation, termination, or reduction in coverage limits except upon thirty (30)
days prior written notice to ARDOT. If such notice cannot be provided and the insurance is canceled,
terminated, or altered during its term, the Consultant shall ensure continual coverage by securing
replacement insurance effective immediately upon the expiration of the existing policy. In the
absence of immediate replacement coverage, the Consultant shall assume full financial responsibility
for any claims arising during the gap in coverage.
25.11. ADDITIONAL INSURED: All required liability insurance policies, except for professional liability,
workers' compensation, and valuable papers insurance maintained by the Consultant, shall include
ARDOT, its officers, directors, managers, employees, agents, assigns, and representatives as
additional insureds. Additionally, all property damage insurance policies maintained under this
Agreement shall include a waiver of subrogation in favor of ARDOT.
26. SUBCONTRACTING
26.1. APPROVAL OF SUBCONSULTANTS: The Consultant may not subcontract any services under this
Agreement without prior written approval from ARDOT. All Subconsultants must be addedthrough
an approved and executed subcontract. Subconsultants shall be bound by the terms of this
Agreement and all applicable Federal and State laws.
26.2. Unless otherwise specified in the written consent or approval, ARDOT’s consent to any subcontract
or approval of the Consultant’s purchasing system does not constitute a determination of the
acceptability of subcontract terms or conditions, the acceptability of any subcontract price or
payments, or a waiver of the Consultant’s responsibilities or obligations under this Agreement.
26.3. No subcontract under this Agreement shall provide for payment on a cost -plus-a-percentage-of-cost
basis. Any fee payable under cost-reimbursement subcontracts must not exceed the fee limitations
outlined in FAR.
26.4. Reimbursement or payment for any markup of subcontract costs will not be considered without the
express written agreement of ARDOT.
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII SUBCONTRACTING
ZEK5MQHFTPVK-2146535117-287 Page 25 of 40
26.5. PROMPT PAYMENT: The Consultant must pay subconsultants for satisfactory performance of their
subcontracts within 30 days of receiving payment from ARDOT or the Project Sponsor. Retainage
payments held by the Consultant must be returned to the subconsultant within 30 days after the
subconsultant’s work is completed. Failure to comply with this provision constitutes a Default by the
Consultant. If the Consultant fails to make timely payments to subconsultants, ARDOT or the Project
Sponsor may, at its sole discretion:
26.5.1. Make payments directly to the subconsultant and offset those payments, including
administrative costs, against amounts otherwise due to the Consultant.
26.5.2. Notify any sureties.
26.5.3. Withhold payments due to the Consultant until satisfactory arrangements for prompt
payment to subconsultants are made.
26.6. SUBCONSULTANT INSURANCE AND LIABILITY REQUIREMENTS: Subconsultants shall
maintain insurance coverage consistent with the following minimum requirements:
26.6.1. Professional Liability Insurance: Not less than $1,000,000 per claim and aggregate, or as
otherwise specified in the subcontract.
26.6.2. Commercial General Liability and Automobile Liability Insurance : Limits not less than
$1,000,000 per occurrence.
26.6.3. Workers’ Compensation and Employer’s Liability Insurance: As required by Arkansas law.
26.6.4. Subconsultants shall assume primary responsibility for all claims, damages, or losses
caused by their negligence, errors, or omissions. This includes indemnifying ARDOT, the
Project Sponsor, and the Consultant as required under the subcontract.
26.6.5. The Consultant shall verify that Subconsultants maintain the required insurance coverage
and shall provide evidence of such verification to ARDOT upon request.
26.7. PAYMENT AND AUDIT REQUIREMENTS: The Consultant shall pay Subconsultants for satisfactory
performance within 30 days of receiving payment from ARDOT. Any retainage must be paid within
30 days of the Subconsultant completing its work.
26.8. All Subconsultants shall comply with contractual and legal restrictions concerning payment and
determination of allowable costs and shall be subject to disclosure and audit provisions under this
Agreement and applicable laws.
26.9. INDEMNIFICATION BY SUBCONSULTANTS: Subconsultants shall indemnify and hold harmless
ARDOT, the Project Sponsor, and the Consultant for any claims, damages, or losses arising out of
their own negligence, errors, or omissions, to the extent covered by the required insurance.
26.10. INCORPORATION OF AGREEMENT TERMS: The Consultant shall include a clause in all
subcontracts incorporating the provisions of this section, including but not limited to:
26.10.1. Insurance requirements.
26.10.2. Prompt payment provisions.
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII standard of care
ZEK5MQHFTPVK-2146535117-287 Page 26 of 40
26.10.3. Indemnification obligations.
26.10.4. Audit and payment restrictions.
26.11. Failure to enforce these provisions with Subconsultants may result in Default under this Agreement,
and ARDOT may withhold payments to the Consultant or pursue other remedies as necessary
deliverables.
27. STANDARD OF CARE
27.1. ACCEPTANCE: The act by which an authorized representative approves specific services as partial
or complete performance under this Agreement.
27.2. CORRECTION: The elimination of a defect.
27.3. The Consultant warrants that all services performed and work products delivered under this
Agreement will, at the time of acceptance, conform to the requirements of this Agreement, meet the
reasonable satisfaction of ARDOT or the Project Sponsor, and adhere to prevailing industry
standards, including standards of conduct, care, format, and content.
27.4. If the Consultant is required to correct or re-perform any services due to failure to abide by the
Standard of Care, it shall do so at no additional cost to ARDOT or the Project Sponsor beyond the
Contract Price. Services that are corrected or re -performed by the Consultant are subject to this
warranty to the same extent as the original work. Should the Consultant fail or refuse to correct or
re-perform the services, ARDOT or the Project Sponsor may, by contract or other means, correct or
replace the services with similar work and charge the Consultant for the resulting costs, or make an
equitable adjustment to the Contract Price.
27.5. If ARDOT or the Project Sponsor elects not to require correction or re-performance, ARDOT or the
Project Sponsor may make an equitable adjustment to the Contract Price instead.
27.6. Nothing in this section constitutes a waiver or exclusion of any other rights or remedies available to
ARDOT or the Project Sponsor under this Agreement or by law.
27.7. FORCE MAJEURE CLAUSE:Neither party to this Agreement shall be liable for any delay direct or
indirect in performance caused by an unforeseen event such as acts of God, acts of governmental
authorities, extraordinary weather conditions or other natural catastrophes, or any othe r cause
beyond the reasonable control or contemplation of either party beyond such party’s reasonable
control. Each party will take reasonable steps to mitigate the impact of any force majeure.
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII DEBARMENT AND SUSPENSION
ZEK5MQHFTPVK-2146535117-287 Page 27 of 40
CERTIFICATIONS
28. DEBARMENT AND SUSPENSION
28.1. Certification is provided per 48 CFR § 9.4 that:
28.1.1. The Consultant and its principals are not presently debarred, suspended, proposed for
debarment, or declared ineligible for Federal or State contracts.
28.1.2. The Consultant and its principals have not been convicted or had a civil judgment rendered
for fraud, antitrust violations, or related criminal offenses in connection with public contracts
in the past three (3) years.
28.1.3. The Consultant and its principals have not had any contracts terminated for Default by a
Federal or State agency.
29. CERTIFICATION OF COMPLIANCE WITH APPLICABLE LAWS
29.1. The Consultant certifies its compliance with all Federal, State, and local laws, regulations, codes,
and ordinances applicable to work performed under contracts with ARDOT, including but not limited
to:
29.1.1. The Americans with Disabilities Act (ADA).
29.1.2. The Occupational Safety and Health Act (OSHA).
29.1.3. Section 504 of the Rehabilitation Act.
29.1.4. The Uniform Relocation Assistance and Real Property Acquisition Policies Act (Uniform
Act).
29.1.5. This Agreement shall be governed by the laws of the State of Arkansas without
consideration of its choice of law provisions.
29.1.6. In the event of conflicting provisions of law, the interpretation shall be governed by the
following in this order, from most controlling to least: Federal law and regulations, Arkansas
law and regulations, Department and FHWA Design Standards, and this Agreement.
29.2. All compliance requirements will be extended to all subcontractors through inclusion of these terms
in subcontracts.
29.3. No financial or ownership interest, nor agreements or fees outside of allowable Federal Acquisition
Regulation (FAR) standards, have been or will be entered into in connection with this contract.
29.4. All known material changes affecting the firm's ownership, organization, or indirect cost rates have
been disclosed except as here expressly stated (if any).
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII Certification of Compliance with Arkansas Law
ZEK5MQHFTPVK-2146535117-287 Page 28 of 40
30. CERTIFICATION OF COMPLIANCE WITH ARKANSAS LAW
30.1. Pursuant to Arkansas law, the consultant certifies current and ongoing compliance in all contracts
with ARDOT.
30.1.1. The Consultant does not and will not boycott Israel (Arkansas Code § 25-1-503).
30.1.2. The Consultant does not and will not contract with illegal immigrants (Arkansas Code § 19-
11-105).
30.1.3. The Consultant does not and will not boycott Energy, Fossil Fuel, Firearms, or Ammunition
Industries (Arkansas Code § 25-1-1102).
30.1.4. The Consultant is not, nor will employ as a subcontractor, a Scrutinized Company owned
in whole or majority by the People’s Republic of China (Arkansas Code 1203).
31. NONDISCRIMINATION STATEMENT
31.1. The Consultant certifies compliance with all Federal civil rights provisions, ensuring no discrimination
based on race, sex, color, age, national origin, or disability in its programs, activities, hiring, or
employment practices.
31.1.1. The Consultant will include a Notice of Nondiscrimination Statement in all solicitations and
procurements.
31.1.2. The Consultant will provide all required reports and grant ARDOT access to demonstrate
compliance.
31.1.3. Complaints of discrimination or inquiries about policies may be directed to the Civil Rights
Office Contact listed in this certification.
32. CONFLICTS OF INTEREST
32.1. The Consultant certifies that:
32.1.1. Neither the Consultant nor its principals have financial or ownership interests in the work
associated with the contract.
32.1.2. The Consultant and its principals hold no financial interest in agency decisions related to
the contract.
32.1.3. The Consultant will disclose any conflicts of interest, fraud, waste, or abuse that may arise
during the Agreement term.
32.1.4. The Consultant will not enter into agreements or guarantees for work beyond this contract,
except as expressly defined within the Agreement.
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII ATTESTATION
ZEK5MQHFTPVK-2146535117-287 Page 29 of 40
33. ATTESTATION
33.1. The Consultant’s Representative, on behalf of the Consultant and to the best of their knowledge and
ability, certifies that all commitments made under this Agreement comply with the obligations and
requirements set forth in the Agreement.
33.2. The Consultant will shall provide immediate written notice to ARDOT if assurance provided by
certification is found to have been erroneous when submitted or becomes erroneous due to changed
circumstances.
33.3. The Consultant certifications provided herein are a material representation of fact relied upon during
the contract award process. If the Consultant knowingly submitted an erroneous certification, ARDOT
reserves the right to terminate the contract and pursue any remedies available.No Federal funds
have been or will be paid to influence any Federal agency officer, Member of Congress, or
Congressional employee.
33.4. If non-Federal funds have been used for such purposes, Standard Form-LLL, “Disclosure Form to
Report Lobbying,” will be submitted.
34. CERTIFICATION DETAILS
AUTHORIZED REPRESENTATIVE:
Mike Stengel
Vice President
CORPORATE HEADQUARTERS:
500 Grant Street, Suite 5400
Pittsburgh, Pennsylvania 15219
EEO CONTACT:
Laurel Demattia
laurel.demattia@mbakerintl.com
813-466-6006
ARKANSAS BUSINESS ENTITY FILING NO
100108327
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII CERTIFICATION OF ARKANSAS STATE HIGHWAY COMMISSION
ZEK5MQHFTPVK-2146535117-287 Page 30 of 40
35. CERTIFICATION OF ARKANSAS STATE HIGHWAY COMMISSION
35.1. The Director of the Arkansas Department of Transportation certifies that neither the aforementioned
consulting firm nor its representative has not been required, either directly or indirectly, as a condition
for obtaining or executing this contract, to:
35.1.1. Employ or retain any firm or person, or agree to do so.
35.1.2. Pay or agree to pay any fees, contributions, donations, or any other form of consideration
to any firm, person, or organization.
35.1.3. Except as expressly stated herein (if applicable).
36. EXECUTION
All notices, approvals, requests, consents, or other communications required or permitted under this
Agreement shall be addressed to either ARDOT’s Assistant Chief Engineer–Program Delivery or the
Consultant’s Representative, and mailed or hand-delivered to:
MICHAEL BAKER INTERNATIONAL, INC. ARKANSAS DEPARTMENT OF
TRANSPORTATION
Mike Stengel, Vice President 10324 Interstate 30
3425 North Futrall Drive, Suite 101 Post Office Box 2261
Fayetteville, Arkansas 72703 Little Rock, AR 72203
mhstengel@mbakerintl.com consultantcontracts@ardot.gov
IN WITNESS WHEREOF, the parties execute this Agreement, to be effective upon the date set out
herein.
MICHAEL BAKER INTERNATIONAL, INC. ARKANSAS DEPARTMENT OF
TRANSPORTATION
By:________________________________
Mike Stengel
Vice President
By:________________________________
Jared Wiley, P.E.
Director
Disclaimer: This contract is being electronically signed.The DocExpress Document Signing History will be located on
the final page of the executed contract.This document will have all dates and electronic signatures applicable to the
execution of this contract.
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII EXECUTION
ZEK5MQHFTPVK-2146535117-287 Page 31 of 40
NOTICE OF NONDISCRIMINATION
ARDOT complies with all civil rights provisions of Federal statutes and related authorities that prohibit discrimination in
programs and activities receiving Federal financial assistance. Therefore, ARDOT does not discriminate on the basis of race, sex,
color, age, national origin, religion (not applicable as a protected group under the FMCSA Title VI Program), disability, Lim ited
English Proficiency (LEP), or low-income status in the admission, access to and treatment in ARDOT’s programs and activities, as
well as ARDOT’s hiring or employment practices. Complaints of alleged discrimination and inquiries regarding ARDOT’s
nondiscrimination policies may be directed to Civil Rights Officer Joanna P. McFadden (ADA/504/Title VI Coordinator), P. O. B ox
2261, Little Rock, AR 72203, (501) 569-2298, (Voice/TTY 711), or the following email address: Joanna.McFadden@ARDOT.gov.
Free language assistance for Limited English Proficient individuals is available upon request. This notice is available from the
ADA/504/Title VI Coordinator in large print, on audiotape, and in Braille.
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII GENERAL SCOPE OF WORK
ZEK5MQHFTPVK-2146535117-287 Page 32 of 40
GENERAL SCOPE OF WORK
The services outlined in this scope of work are designed to support ARDOT and its local partners in
delivering transportation-related projects funded through a variety of competitive grant and funding programs.
These programs include, but are not limited to:
• Intersection Improvement Program (IIP)
• Local Bridge Program
• National Electric Vehicle Infrastructure (NEVI) Program
• Public Transportation Federal Programs
• Recreational Trails Program (RTP)
• Transportation Alternatives Program (TAP)
• Safety Improvement Programs
Additional programs and initiatives may be incorporated as needed to address evolving statewide and
local transportation priorities. The Agreement is intended to engage Consultants in a flexible and modular
framework, enabling ARDOT and its local partners to deliver projects tailored to the specific requirements of
various programs. This approach ensures compliance with all applicable Federal, State, and local standards
while maintaining the adaptability necessary to meet diverse project needs. Consultants are expected to
deliver innovative and customized solutions that address the unique challenges of local, regional, and
statewide transportation projects.
There is no expectation that a single consultant will have the capacity or capability to perform all services
outlined in this scope. Task Orders will be assigned to selected consultants based on compliance with the
Federal Acquisition Regulation (FAR), the capacity of the consultant to meet the project’s needs, their
geographic proximity to the project location, and their ability to provide specialized services. While some firms
may possess the resources to perform all or most services, this agreement is d esigned to allow certain
services to be issued as Task Orders when ARDOT or the Project Sponsor can perform other portions of the
required work in-house.Services included in Task Orders will be based on project-specific needs.
Consultants are expected to provide innovative, adaptable solutions that address the unique challenges of
transportation needs at the local, regional, and statewide levels.
SUBCONSULTANT PARTICIPATION: Consultants may propose the use of subconsultants included
in the response to this solicitation or as needs arise during the performance of the Agreement. Subconsultants
must be approved by ARDOT, and subcontracted work must be included in Task Orders with a Subconsultant
Agreement. Subconsultants may be incorporated in the Master Agreement if their services are anticipated
for multiple Task Orders, or in specific Task Orders as applicable for projects requiring additional experience..
SUBCONSULTANT COMPLIANCE: Subconsultants are expected to adhere to all terms and conditions
of the Master Agreement, including compliance with Federal, State, and local regulations. It is the
responsibility of the primary consultant to ensure that subconsultants comply with these terms and that their
participation aligns with the regulations governing the Agreement.
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII ENGINEERING AND DESIGN SERVICES
ZEK5MQHFTPVK-2146535117-287 Page 33 of 40
TASK ORDER ASSIGNMENT: Individual Task Orders will define the detailed scope of work for each
project and may include additional requests for qualifications among consultants selected under this
Agreement. This process ensures that services are matched to the most qualified firm for the specific
requirements of each Task Order, maintaining transparency and alignment with procurement regulations.
Examples of potential Scopes of Work are available upon request from the Consultant Contracts Division.
1. ENGINEERING AND DESIGN SERVICES
1.1. FEASIBILITY STUDIES: Conduct site analyses, viability assessments, cost-benefit analyses, and
risk assessments with mitigation strategies. These studies evaluate the practicality and potential
success of proposed projects while identifying risks and opportunities.
1.2. ROADWAY DESIGN: Prepare preliminary and final plans, including geometric alignments and
pavement designs. Deliver design packages that adhere to ARDOT and/or local design standards
for on- and off-system facilities.
1.3. BRIDGE DESIGN: Perform structural analysis, hydrology, and hydraulics assessments. Provide
detailed construction drawings, stamped engineering plans, and load rating reports. Ensure designs
comply with ARDOT and Project Sponsor-specified standards.
1.4. RIGHT OF WAY PLAN PREPARATION: Develop right of way plans and detailed legal property
descriptions to support appraisals and acquisitions. These plans ensure smooth project progression
for highway and local infrastructure initiatives.
1.5. TRAFFIC ENGINEERING: Deliver services including traffic signalization, flow analysis, and
transportation management planning. Prepare deliverables such as signal warrants, conceptual
layouts, and final signalization plans in compliance with ARDOT or Project Sponsor standards.
1.6. ENVIRONMENTAL STUDIES: Prepare documentation for compliance with environmental
regulations, including erosion control plans and permit applications. Ensure all work aligns with NEPA
requirements and other environmental guidelines.
1.7. SURVEYING AND MAPPING: Conduct field data collection, boundary surveys, and create digital
terrain models. Provide deliverables in formats compatible with ARDOT systems or tailored to Project
Sponsor requirements for off-system facilities.
1.8. INTELLIGENT TRANSPORTATION SYSTEMS: Design and integrate advanced traffic control
systems and roadway lighting. Ensure deliverables address ARDOT standards and, where
applicable, local Intelligent Transportation Systems (ITS) requirements.
1.9. CONSTRUCTION SUPPORT: Provide construction-phase assistance, including shop drawing
reviews, construction activity inspections, and implementation of design modifications. Consultants
are expected to supply stamped recommendations and comments as needed.
1.10. REGULATORY COMPLIANCE SUPPORT: Offer advisory services to ensure compliance with
applicable laws, regulations, and standards. This includes preparing risk assessments, regulatory
guidance memos, and contract reviews to enhance project design and documentation.
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII RIGHT OF WAY SERVICES
ZEK5MQHFTPVK-2146535117-287 Page 34 of 40
1.11. DESIGN REVIEW AND QUALITY ASSURANCE: Perform independent reviews of plans and
deliverables to confirm alignment with program goals, technical standards, and regulatory
requirements. For off-system facilities, ensure compliance with local specifications and ARDOT
oversight as applicable.
2. RIGHT OF WAY SERVICES
The Consultant shall provide professional services to support ARDOT and Project Sponsors in the
acquisition, management, and coordination of right of way (ROW) activities for transportation-related projects.
These services shall be performed in compliance with all applicable Federal, State, and local regulations,
ensuring the efficient and lawful execution of ROW tasks required for project delivery.
2.1. ADMINISTRATIVE SERVICES: Provide oversight and coordination of all right of way acquisition
activities. Ensure adherence to applicable Federal, State, and local requirements, including
compliance with the Uniform Relocation Assistance and Real Property Acquisition Policies Act.
2.2. TITLE AND CLOSING SERVICES: Conduct title research, secure clear titles, and facilitate the
closing process for property acquisitions. Prepare and maintain documentation necessary to
establish property ownership and conveyance.
2.3. APPRAISAL SERVICES: Perform initial property appraisals and prepare appraisal updates as
required to support project development. Ensure appraisals meet relevant standards and
methodologies.
2.4. APPRAISAL REVIEW SERVICES: Review initial appraisals and subsequent updates to ensure
technical accuracy, adherence to Federal and State appraisal standards, and compliance with
applicable guidelines.
2.5. NEGOTIATIONS AND VALUATION SERVICES: Conduct property acquisition negotiations,
including preparing and reviewing waiver valuations. Provide technically accurate documentation of
negotiations and valuations for compliance and reporting purposes.
2.6. RELOCATION ASSISTANCE SERVICES: Aid displaced property owners and tenants in
accordance with the Uniform Relocation Assistance and Real Property Acquisition Policies Act.
Prepare relocation plans, calculate benefits, and coordinate necessary services.
2.7. PROPERTY MANAGEMENT SERVICES: Manage properties acquired for highway or local
infrastructure projects. Services include property rental, maintenance, and the disposal of surplus
properties in compliance with State and Federal requirements.
2.8. UTILITY COORDINATION SERVICES: Facilitate the coordination of utility relocation efforts.
Conduct conflict assessments, prepare utility relocation plans and schedules, communicate with
utility providers, and deliver final utility coordination reports to ARDOT or the Project Sponsor.
3. PLANNING SERVICES
The Consultant shall provide professional planning services to support ARDOT and Project Sponsors
in the development, assessment, and implementation of transportation -related plans and programs. These
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII NEPA SUPPORT SERVICES
ZEK5MQHFTPVK-2146535117-287 Page 35 of 40
services aim to address local, regional, and statewide transportation needs while ensuring alignment with
applicable Federal, State, and local standards.
3.1. LOCAL OR REGIONAL PLANNING: Develop strategic, high-level transportation plans that address
system-wide goals, objectives, and implementation strategies. Examples of services include the
creation of master street plans, active transportation plans, and metropolitan transportation pla ns.
These services emphasize long-term visioning and coordination to meet regional mobility and
connectivity goals.
3.2. TRANSIT STUDIES AND PLAN DEVELOPMENT: Conduct studies to support public transportation
programs, ensuring compliance with Federal Transit Administration (FTA) requirements.
Deliverables may include transit feasibility studies, service optimization plans, and multimodal
integration strategies tailored to meet Federal standards and local needs.
3.3. CORRIDOR PLANNING STUDIES: Perform corridor evaluations ranging from broad assessments
to detailed improvement studies. Services include traffic operations analysis, conceptual design
layouts, and recommendations to enhance corridor safety, capacity, and functionality. These studies
identify viable solutions to support efficient transportation system development.
3.4. GRANT PREPARATION ASSISTANCE: Provide comprehensive support for securing
transportation funding by preparing grant application packages, conducting funding analyses and
feasibility reports, compiling required supporting documentation, and coordinating with funding
agencies. Services focus on maximizing funding opportunities and ensuring alignment with
requirements for competitive grant programs.
4. NEPA SUPPORT SERVICES
The Consultant shall provide professional services to support ARDOT and its local partners in achieving
environmental compliance and securing necessary clearances for transportation projects to meet the
requirements of the National Environmental Policy Act (NEPA) and other Federal, State, and local
environmental regulations. Coordination with agencies, public involvement efforts, and preparation of
associated reports, maps, and environmental documents.
4.1. ENVIRONMENTAL SURVEYS AND DATA COLLECTION: Conduct surveys and collect data
related to air and noise quality, water resources, ecological communities, cultural resources, and
other impact areas. This includes assessments of wetlands, endangered species habitats,
community impacts, and secondary and cumulative effects.
4.2. ENVIRONMENTAL CONSTRAINTS MAPPING: Develop detailed environmental constraints maps
using geodatabase formats compatible with ARDOT systems to identify and document potential
impacts within project areas.
4.3. NEPA DOCUMENTATION: Prepare required NEPA documents, including Categorical Exclusions
(CEs), Environmental Assessments (EAs), and Environmental Impact Statements (EISs). This
includes supporting documentation such as purpose and need statements, cultural resource surveys,
wetlands delineations, noise studies, and Section 4(f)/6(f) evaluations.
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII SURVEYING
ZEK5MQHFTPVK-2146535117-287 Page 36 of 40
4.4. PUBLIC INVOLVEMENT: Develop and implement public involvement strategies, including hosting
public meetings and hearings, preparing outreach materials, managing public comments, and
ensuring compliance with Title VI and Environmental Justice requirements.
4.5. AGENCY COORDINATION: Assist in coordinating with Federal, State, and local agencies, including
FHWA, U.S. Fish and Wildlife Service (USFWS), State Historic Preservation Office (SHPO), and
tribal governments, to address regulatory requirements such as Section 7 consultations, Section 106
reviews, and Clean Water Act permits.
4.6. ALTERNATIVES ANALYSIS: Analyze and evaluate location and design alternatives for
environmental impacts to support the selection of preferred alternatives.
4.7. PERMIT APPLICATIONS AND MITIGATION PLANNING: Prepare and submit necessary permits,
including Section 401/404 permits, and develop mitigation plans to address unavoidable project
impacts.
4.8. FONSI/ROD DOCUMENTATION: If required, prepare and submit Finding of No Significant Impact
(FONSI) or Record of Decision (ROD) documentation based on public input and consultation with
ARDOT and FHWA.
5. SURVEYING
The Consultant shall provide professional surveying and mapping services to support ARDOT and its
local partners in delivering transportation projects. These services include the collection, processing, and
delivery of accurate spatial data and documentation essential to project development. All work must adhere
to ARDOT standards and applicable Federal, State, and local guidelines.
5.1. CONTROL SURVEYS: Establish and process control networks to support project design and
construction. This includes tasks such as primary and secondary baseline control, vertical control,
and remote sensing control to ensure accuracy and consistency in spatial data.
5.2. DESIGN SURVEYS: Provide detailed data collection and processing for design purposes, including
aerial image acquisition, photogrammetric mapping, LiDAR data acquisition and quality assurance,
and subsurface utility engineering (SUE). Deliverables include topographic and terrain data, utility
field surveys, and digital terrain models for use in project design.
5.3. LAND SURVEYS: Conduct property and boundary surveys, right-of-way staking and monumenting,
and preparation of final plats. These surveys support property acquisition, legal documentation, and
construction layout.
5.4. TOPOGRAPHIC SURVEYS: Perform detailed topographic surveys for roadway and site design,
including the collection of elevation and feature data necessary for accurate design and construction
planning.
5.5. GEODETIC CONTROL SURVEYS: Establish geodetic control networks tied to state and national
coordinate systems to provide a reliable framework for project mapping and construction.
5.6. BOUNDARY AND PROPERTY SURVEYS: Prepare parcel surveys, conduct title searches, and
provide documentation for property boundaries and easements to support right -of-way acquisition
and land use planning.
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII GEOTECHNICAL SERVICES
ZEK5MQHFTPVK-2146535117-287 Page 37 of 40
5.7. DATA PROCESSING AND MAPPING: Compile and process field data into deliverables such as
digital survey maps, CAD files, ortho-rectified images, and other project-specific mapping products.
5.8. DELIVERABLES: Provide complete and technically accurate survey data and documentation,
including 100% of requested surveys by the agreed submittal date. Deliverables may include digital
terrain models, survey maps, CAD files, geodatabase files, soil testing results, and lab reports, as
applicable to the project.
6. GEOTECHNICAL SERVICES
Geotechnical services encompass a range of investigations, analyses, designs, and recommendations
tailored to the specific requirements of ARDOT and Project Sponsors. These services ensure compliance
with applicable regulations, governing specifications, local needs, and industry standards. Geotechnical
services may be assigned under individual Task Orders or as part of broader Engineering and Design
Services Task Orders. Consultants are expected to allocate adequate resources to complete all assigned
tasks and deliver high-quality reports and recommendations within specified timelines.
6.1. SUBSURFACE INVESTIGATIONS: Conduct detailed field investigations to assess soil and rock
conditions. These tasks include standard penetration testing (SPT), cone penetration testing (CPT),
and comprehensive soil surveys, performed in adherence to ARDOT guidelines.
6.2. GEOTECHNICAL SITE INVESTIGATION REPORTS: Prepare comprehensive reports summarizing
findings from field and laboratory investigations. Reports may include boring logs, seismic
classifications, response spectra, liquefaction potential assessments, laboratory test results, and
recommendations for foundations, embankments, and slope stability.
6.3. GEOTECHNICAL DESIGN AND RECOMMENDATIONS: Provide engineering analyses and
recommendations for infrastructure projects, including:
6.3.1. Foundations for bridges, retaining walls, and mechanically stabilized earth (MSE) walls.
6.3.2. Slope stabilization and landslide mitigation strategies, including remediation for slopes
impacted by natural disasters.
6.3.3. Erosion control structures and embankments tailored for roadway and recreational
infrastructure.
6.4. GEOPHYSICAL STUDIES: Conduct advanced geophysical investigations to evaluate subsurface
conditions, identify geotechnical risks, and address challenges like poor drainage or erosion -prone
areas.
6.5. MONITORING AND INSTRUMENTATION: Install and monitor geotechnical devices to evaluate soil
and structural behavior during construction or as part of long -term performance assessments.
6.6. LABORATORY TESTING: Perform detailed laboratory analyses of disturbed and undisturbed soil
and rock samples to support design and construction efforts. Include specialized testing for projects
such as trails or structures with unique geotechnical requirements.
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII CONSTRUCTION INSPECTION SERVICES
ZEK5MQHFTPVK-2146535117-287 Page 38 of 40
6.7. FORENSIC INVESTIGATIONS AND REMEDIATION: Analyze geotechnical failures, such as
landslides, erosion, or settlement, and develop remediation strategies. This includes assessments
of damage to trail or recreational infrastructure caused by environmental factors.
6.8. FOUNDATION AND RETAINING WALL DESIGN: Provide detailed designs for foundations
supporting trail bridges, elevated paths, and other trail-related structures. Designs may include pile
foundations, gabion walls, and reinforced concrete solutions.
6.9. SPECIALIZED TRAIL DESIGN SERVICES: Address geotechnical challenges specific to trail
projects, including evaluations of alignment through wetlands, erosion -prone zones, and steep
slopes. Deliverables include surface stability recommendations, drainage solutions, and designs for
low-impact foundations.
6.10. SLOPE STABILIZATION AND REPAIR: Develop and implement strategies to stabilize roadway
and trail slopes using techniques such as soil nails, geosynthetics, drainage systems, and vegetation
management.
6.11. EMERGENCY GEOTECHNICAL SERVICES: Provide rapid response for assessments following
natural disasters or unforeseen events. Deliver recommendations for both temporary and permanent
remediation solutions.
6.12. CLEARING AND SURVEYING FOR BORING ACCESS: Perform clearing and surveying as required
to facilitate access to boring locations for geotechnical investigations.
6.13. COORDINATION AND MEETINGS: Attend coordination meetings with ARDOT Materials Division
or Project Sponsors before site visits and the initiation of field operations to align expectations and
project requirements.
6.14. GEOTECHNICAL SERVICES FOR RECREATIONAL TRAILS: Offer tailored geotechnical
evaluations for trails, addressing issues such as landslide mitigation, wetland crossings, and erosion-
resistant trail surfaces. Provide recommendations for low-maintenance designs that minimize
environmental impacts.
7. CONSTRUCTION INSPECTION SERVICES
The Consultant shall provide comprehensive construction engineering and inspection (CEI) services to
support ARDOT and its local partners in ensuring that transportation projects are constructed in substantial
conformance with plans, specifications, and applicable standards. These services encompass all aspects of
construction management, oversight, and quality assura nce, and may be assigned under individual Task
Orders tailored to project-specific needs.
7.1. CONSTRUCTION MANAGEMENT AND OVERSIGHT: Coordinate with ARDOT, Project Sponsors,
and contractors to ensure project requirements, budgets, and schedules are met. Act as an extension
of ARDOT or the Project Sponsor for construction-related tasks.
7.2. SURVEY CONTROL: Verify and establish control points and baselines. Conduct quantity
computations and quality control under the supervision of a licensed surveyor.
7.3. INSPECTION AND TESTING: Perform on-site inspections and testing of materials to ensure
compliance. Provide certified personnel and timely test results.
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII DELIVERABLES AND PROJECT-SPECIFIC SERVICES
ZEK5MQHFTPVK-2146535117-287 Page 39 of 40
7.4. MEASUREMENT AND VERIFICATION OF QUANTITIES: Measure, document, and verify job
quantities for pay items to ensure accuracy.
7.5. PREPARATION AND REVIEW OF PAY APPLICATIONS: Assist in preparing and reviewing pay
estimates using specialized software, such as AASHTOWare, or other Project Sponsor-specified
programs.
7.6. ENGINEERING SUPPORT: Provide design-related solutions, review contract changes, and resolve
construction issues.
8. DELIVERABLES AND PROJECT -SPECIFIC SERVICES
8.1. DELIVERABLES STANDARD OF CARE: Deliverables for all services performed under this
Agreement shall be tailored to meet the unique requirements of each Task Order issued. The
Consultants are responsible for ensuring that all deliverables are complete, technically accurate, and
fully compliant with applicable Federal, State, and local standards. The following general guidelines
apply to the preparation and submission of deliverables under this Agreement:
8.1.1. All deliverables must be submitted in the format specified within the relevant Task Order
or as required by ARDOT or the Local Public Agency (Project Sponsor).
8.1.2. Consultants must adhere to applicable guidelines, including ARDOT, FHWA, and other
Federal or state agency standards, for technical documents, engineering plans,
environmental assessments, and other required outputs.
8.1.3. Unless otherwise directed, digital deliverables shall be provided in editable formats such
as CAD, GIS-compatible files, and standard office software formats, ensuring compatibility
with ARDOT and Project Sponsor systems.
8.2. TIMELINESS AND QUALITY ASSURANCE: Deliverables must be completed within the timelines
established in individual Task Orders. Delays must be communicated promptly and accompanied by
a revised schedule for approval. Consultants must implement quality control measures to ensure all
submissions meet or exceed the expectations defined in each Task Order.
8.3. COORDINATION AND COMMUNICATION: Consultants shall maintain open communication with
ARDOT and/or Project Sponsor representatives throughout the duration of assigned projects.
Regular updates and coordination meetings may be required to ensure project alignment and
progress. Task Order-specific requirements, such as coordination with third parties (e.g., utility
companies, regulatory agencies, or local stakeholders), shall be fully documented and managed to
avoid disruptions to project schedules.
8.4. SUBCONSULTANT CONTRIBUTIONS: Deliverables produced by subconsultants must meet the
same standards of quality and compliance as those prepared by the primary consultant. It is the
responsibility of the primary consultant to oversee subconsultant work and ensure its integration into
the overall project deliverables.
ON-CALL LP (2025-2028)
MICHAEL BAKER INTERNATIONAL, INC.
2025LP00-MBII DELIVERABLES AND PROJECT-SPECIFIC SERVICES
ZEK5MQHFTPVK-2146535117-287 Page 40 of 40
8.5. PROJECT-SPECIFIC NEEDS AND ADJUSTMENTS: Each Task Order may include project-specific
requirements that expand upon or deviate from the general scopes of work outlined in this
Agreement.In the event of any discrepancy, the Task Order Scope of Work shall take precedence.
Consultants must review Task Order details thoroughly and adjust methodologies and deliverables
accordingly. Additional scopes, unforeseen challenges, or new initiatives may be incorporated into
Task Orders at ARDOT’s discretion. Consultants should anticipate flexibility and adaptability in
addressing such needs.
8.6. FINAL DELIVERABLE REVIEW AND ACCEPTANCE: All final deliverables shall undergo a formal
review process by ARDOT and/or the Project Sponsor. Consultants are expected to address
comments or requested revisions promptly to achieve final acceptance. Consultants may be required
to provide ongoing support to ARDOT or the Project Sponsor after final submission, including
clarification of methodologies, provision of additional documentation, or adjustments to deliverables
to ensure project success.
Doc Express® Document Signing Histor y
Contract: CC - On-Call Local Federal Aid Projects (2025-2028) - Michael Baker
International, Inc. Document: 2025LP00-MBII
Date Signed By
02/10/2025
Mike Stengel
Michael Baker International, Inc.
Electronic Signature
(Signed by Consultant)
02/10/2025
Jessica Jackson
Arkansas Department of Transportation
Electronic Signature
(Reviewed by Consultant Contracts Division Head)
02/10/2025
David Siskowski
Arkansas Department of Transportation
Electronic Signature
(Reviewed by Division)
02/12/2025
Keli Wylie
Arkansas Department of Transportation
Electronic Signature
(Reviewed by ACE)
02/13/2025
Jessie Jones
Arkansas Department of Transportation
Electronic Signature
(Reviewed by Chief Engineer)
02/18/2025
Jared Wiley
Arkansas Department of Transportation
Electronic Signature
(Signed by Director)
MEETING OF OCTOBER 21ST 2025
TO: Mayor and City Council
THRU: Chris Brown Public Works Director
Matt Mihalavich, Active Transportation Manager
FROM: Dane Eifling, Mobility Coordinator
DATE: 9/24/2025
SUBJECT: E-Scooter Crosswalk Ordinance Amendment
RECOMMENDATION:
Staff recommends approval of an amendment to City Ordinance 75.01 Operation of Electric
Motorized Scooters to remove the requirement for people riding e-scooters to dismount at
crosswalks to have right of way.
BACKGROUND:
Fayetteville’s e-scooter ordinance was created in 2019 which regulates where and how e-
scooters can be legally operated in Fayetteville. The rules for e-scooters mirror the rules for
bicycles. The state law for bicycles was changed in 2021 to allow people riding bicycles to have
the same rights as pedestrians while using crosswalks, which include trail crossings. The City
subsequently updated the city ordinance in the bicycling section but did not change the e-
scooter section at that time.
DISCUSSION:
Recently there have been crashes involving people being hit by motor vehicles while riding e-
scooters in crosswalks. Fayetteville police have duly assigned fault to people riding e-bikes
based on City ordinance.
Updating the city ordinance to be consistent with the bicycling section and will better protect
vulnerable road users when using crosswalks.
The Active Transportation Advisory Committee and the City Attorney’s office have
recommended approval of this amendment.
BUDGET/STAFF IMPACT:
NONE
Attachments:
Ordinance language markup
Created: 2025-08-11 16:07:48 [EST]
(Supp. No. 37)
Page 1 of 1
Current:
75.02 Operation Of Electric Motorized Scooters
Electric motorized scooters operated within the City of Fayetteville, whether privately owned or part of a scooter-share program, are
subject to the following regulations:
(A) Electric motorized scooters shall not be operated at a speed greater than fifteen (15) miles per hour;
(B) Operation on Sidewalks.
(1) Any individual operating an electric motorized scooter upon a sidewalk shall yield the right-of-way to pedestrians and
shall give an audible signal before overtaking and passing a pedestrian.
(2) No person shall operate an electric motorized scooter upon a sidewalk which abuts a building, when riding on the
sidewalk would endanger pedestrians, or where operation of an electric motorized scooter on a sidewalk is prohibited by
an official traffic control device.
(3) Any individual operating an electric motorized scooter within a pedestrian crosswalk must yield the right-of-way to
motor vehicle traffic and pedestrians. To earn the protections of a pedestrian, an individual must dismount, walk the
electric motorized scooter, and obey applicable traffic control devices.
(Ord. No. 6205, §1(Exh. A), 7-16-19)
Proposed:
75.02 Operation Of Electric Motorized Scooters
Electric motorized scooters operated within the City of Fayetteville, whether privately owned or part of a scooter-share program, are
subject to the following regulations:
(A) Electric motorized scooters shall not be operated at a speed greater than fifteen (15) miles per hour;
(B) Operation on Sidewalks.
(1) Any individual operating an electric motorized scooter upon a sidewalk shall yield the right-of-way to pedestrians and
shall give an audible signal before overtaking and passing a pedestrian.
(2) No person shall operate an electric motorized scooter upon a sidewalk which abuts a building, when riding on the
sidewalk would endanger pedestrians, or where operation of an electric motorized scooter on a sidewalk is prohibited by
an official traffic control device.
(3) Any individual operating an electric motorized scooter within a pedestrian crosswalk must yield the right-of-way to
motor vehicle traffic and pedestrians. To earn the protections of a pedestrian, an individual must dismount, walk the
electric motorized scooter, and obey applicable traffic control devices.
(C) Operation of Electric Scooters Upon Crosswalks.
(1) A person operating an electric Scooter upon a crosswalk shall:
(a) Yield the right-of-way to pedestrians; and
(b) Give an audible signal before overtaking and passing a pedestrian.
(2) Except as provided this section, a person lawfully operating an electric scooter upon a crosswalk
has all the rights and duties applicable to a pedestrian using the crosswalk pursuant to §75.02 of
the Fayetteville City Code and A.C.A. §27-51-1202.
(Ord. No. 6205, §1(Exh. A), 7-16-19)
1
Mihalevich, Matthew
From:Pennington, Blake
Sent:Monday, September 22, 2025 3:08 PM
To:Eifling, Dane
Cc:Mihalevich, Matthew
Subject:RE: E-Scooters in Crosswalks Ordinance Change
Dane, matching the language to the bicycle section makes sense. Should be a pretty simple change for
the City Council to make.
Blake E. Pennington
Senior Assistant City Attorney
City of Fayetteville, Arkansas
bpennington@fayetteville-ar.gov
Direct: (479) 575-8312
From: Eifling, Dane <deifling@fayetteville-ar.gov>
Sent: Wednesday, September 10, 2025 1:45 PM
To: Pennington, Blake <bpennington@fayetteville-ar.gov>
Cc: Mihalevich, Matthew <mmihalevich@fayetteville-ar.gov>
Subject: E-Scooters in Crosswalks Ordinance Change
Hi Blake,
As you may remember, in 2022, we updated the bicycle ordinance to reflect the change in state law to no
longer require people riding bicycles to dismount in order to have rights as pedestrians in crosswalks.
The e-scooter ordinance was cra2ed in 2019 to mirror the bicycle ordinance but we did not update the e-
scooter ordinance when we made that change to the bicycle ordinance. So right now people are s4ll legally
required to dismount their e-scooters at crosswalks in order to have protec4ons and right-of-way in
crosswalks.
There have been several recent crashes involving people ge5ng hit by cars in crosswalks while using e-
scooters. Police have (correctly) been assigning fault to the people on the e-scooters.
ATAC has recommended changing the e-scooter ordinance to match the bicycle ordinance. Ma8 and I agree
that this is a good idea.
I’ve a8ached the bike ordinance and proposed changes to the e-scooter ordnance here for review from your
office.
Respec=ully,
Dane Eifling
Mobility Coordinator
City of Fayetteville, AR
Phone 479.575.8243
2
B
L
A
C
K
F
O
R
E
S
T
D
R
.
GR
O
V
E
D
R
.
SALEM ROAD
WE
D
I
N
G
T
O
N
D
R
I
V
E
SALEM ROAD
BL
A
C
K
F
O
R
E
S
T
D
R
.
AUG. 26, 2025
1
SALEM ROAD
GROVE DR. TO WEDINGTON DR.
STRIPING PLAN
Scale: 1" = 30'
M
A
T
C
H
L
I
N
E
INSTALL
± 244 L.F. 6" THERMOPLASTIC
WHITE SOLID STRIPE
REPLACE GREEN
BIKE SYMBOL
INSTALL
± 190 L.F. EA.
6" THERMOPLASTIC
WHITE SOLID STRIPE
REPLACE GREEN
BIKE SYMBOL
REPLACE GREEN
BIKE SYMBOL
REPLACE GREEN
BIKE SYMBOL
INSTALL
± 308 L.F. 6" THERMOPLASTIC
WHITE SOLID STRIPE
INSTALL
± 335 L.F. 6" THERMOPLASTIC
WHITE SOLID STRIPE
6" THERMOPLASTIC
WHITE 2' STRIPES
WITH 6' GAPS
REPLACE GREEN
BIKE SYMBOL REPLACE GREEN
BIKE SYMBOL
REPLACE GREEN
BIKE SYMBOL
REPLACE GREEN
BIKE SYMBOL
MA
T
C
H
L
I
N
E
ITEMS-THIS SHEET QTY UNITS
LF13416" WHITE STRIPE
EA8
INSTALL
± 190 L.F. EA.
6" THERMOPLASTIC
WHITE SOLID STRIPE
TOTAL- ALL SHEETS QTY UNITS
LF11246" DOUBLE YELLOW STRIPE
EA
EA
8
14
LF1350
6" WHITE STRIPE
4" DOUBLE YELLOW STRIPE
4" WHITE STRIPE
1341
2021
LF
LF
WE
D
I
N
G
T
O
N
D
R
I
V
E
MA
T
C
H
L
I
N
E
SALEM ROAD
CH
E
V
A
U
X
D
R
.
MI
C
A
S
T
.
SALEM ROAD
MA
T
C
H
L
I
N
E
MA
T
C
H
L
I
N
E
AUG. 26, 2025
2
SALEM ROAD
WEDINGTON DR. TO ESSEX ST.
STRIPING PLAN
6' BIKE LANE WITH 3' BUFFER;
6" THERMOPLASTIC
WHITE STRIPES
FURNISH AND INSTALL
± 528 L.F. 6" THERMOPLASTIC
DOUBLE YELLOW SOLID STRIPE
WITH 6" GAP
INSTALL
BIKE SYMBOL
INSTALL
BIKE SYMBOL6" THERMOPLASTIC
WHITE STRIPES WITH
15' SPACING
INSTALL BIKE
SHARROW SYMBOL
6" THERMOPLASTIC
WHITE 2' STRIPES
WITH 6' GAPS
M
I
C
A
S
T
.
2
0
'
D
I
A
.
1
0
'
D
I
A
.
M
A
T
C
H
L
I
N
E
M
A
T
C
H
L
I
N
E
AUG. 26, 2025
3
SALEM ROAD
WEDINGTON DR TO ESSEX ST
STRIPING PLAN
Scale: 1" = 30'
FURNISH AND INSTALL
± 596 L.F. 6" THERMOPLASTIC
DOUBLE YELLOW SOLID STRIPE
WITH 6" GAP
MA
T
C
H
L
I
N
E
MA
T
C
H
L
I
N
E
ITEMS THIS SHEET QTY UNITS
LF5966" DOUBLE YELLOW STRIPE
EA1
SALEM ROAD
TI
M
B
E
R
L
I
N
E
D
R
.
10
'
10
'
7'
VA
S
S
A
R
S
T
.
MA
T
C
H
L
I
N
E
CO
R
N
E
L
L
S
T
.
PR
I
N
C
E
T
O
N
S
T
AUG. 26, 2025
4
SALEM ROAD
WEDINGTON DR. TO ESSEX ST
STRIPING PLAN
Scale: 1" = 30'
FURNISH AND INSTALL
± 214 L.F. 4" THERMOPLASTIC
DOUBLE YELLOW SOLID STRIPE
WITH 4" GAP
FURNISH AND INSTALL
± 218 L.F. 4" THERMOPLASTIC
DOUBLE YELLOW SOLID STRIPE
WITH 4" GAP
FURNISH AND INSTALL
± 221 L.F. 4" THERMOPLASTIC
DOUBLE YELLOW SOLID STRIPE
WITH 4" GAP
FURNISH AND INSTALL
± 38 L.F. 4" THERMOPLASTIC
DOUBLE YELLOW SOLID STRIPE
WITH 4" GAP
FURNISH AND INSTALL
± 1660 L.F. TO ESSEX ST.
4" THERMOPLASTIC
WHITE SOLID STRIPE
MA
T
C
H
L
I
N
E
MA
T
C
H
L
I
N
E
MA
T
C
H
L
I
N
E
ITEMS THIS SHEET QTY UNITS
LF6914" DOUBLE YELLOW STRIPE
EA
EA
3
2
2' x 6' CROSSWALK
INSTALL BIKE
SHARROW SYMBOL
INSTALL BIKE
SHARROW SYMBOL
INSTALL BIKE
SHARROW SYMBOL
YA
L
E
S
T
.
HA
R
V
A
R
D
S
T
.
10
'
10
'
7'
BU
C
K
E
Y
E
S
T
.
ES
S
E
X
S
T
10
'
10
'
7'
AUG. 26, 2025
5
SALEM ROAD
WEDINGTON DR TO ESSEX ST
STRIPING PLAN
Scale: 1" = 30'
FURNISH AND INSTALL
± 220 L.F. 4" THERMOPLASTIC
DOUBLE YELLOW SOLID STRIPE
WITH 4" GAP
FURNISH AND INSTALL
± 218 L.F. 4" THERMOPLASTIC
DOUBLE YELLOW SOLID STRIPE
WITH 4" GAP
FURNISH AND INSTALL
± 220 L.F. 4" THERMOPLASTIC
DOUBLE YELLOW SOLID STRIPE
WITH 4" GAP
MA
T
C
H
L
I
N
E
MA
T
C
H
L
I
N
E
MA
T
C
H
L
I
N
E
658 LF4" DBL YELLOW STRIPE
ITEMS QTY UNITS
EA
EA
2
2
INSTALL BIKE
SHARROW SYMBOL
INSTALL BIKE
SHARROW SYMBOL
A STRATEGIC TRAINING FOR ELECTED
OFFICIALS THAT WILL EXPLORE THE
ECONOMIC AND COMMUNITY IMPACT OF
CONNECTED COMMUNITIES
LOCATION: FAYETTEVILLE
FACILITATED BY: LANESHIFT
DATE: TBD
CONNECTED
COMMUNITY
WORKSHOP
ABOUT LANESHIFT
L a n e s h i f t i s a p l a n n i n g a n d p r ofe s s i o n a l d eve l o p m e n t f i r m t h a t s p e c i a l i ze s i n b i cy c l e a n d
p e d e s t r i a n n e t wo r k s a n d c o m m u n i t y c o n n e c t i v i t y . I n 2 0 2 5 , L a n e s h i f t b e c a m e a d i v i s i o n
o f C r a f t o n Tu l l , a 3 0 0 + p e r s o n e n g i n e e r i n g a n d d e s i g n f i r m . T h e p a r t n e r s h i p c o m b i n e s
t h e ex p e r t i s e o f b ot h f i r m s t o fo s t e r c o l l a b o ra t i o n w i t h c i t i e s , c o m p a n i e s , d e v e l o p e r s ,
a n d a d v o c a c y o rg a n i za t i o n s . O u r m i s s i o n i s to st re n g t h e n p e o p l e a n d p l a c e s t h ro u g h
a ct i ve t ra n s p o r t a t i o n .
O U R FOC U S
La n e s h i f t i s fo c u s e d o n l eve ra g i n g o u r re a l -w o r l d ex p e r i e n c e to h e l p c l i e n t s i m p ro v e
c o n n e c t i v i t y b y c r e a t i n g a n d i m p rov i n g b i ke n e t w o r k s , p e d e s t r i a n n et w o r k s , a n d
a m e n i t i e s . A t o u r c o re , La n e s h i f t i s p a s s i o n a t e a b o u t a n d fo c u s e d o n m ov i n g p e o p l e
s a fe l y a n d c o m fo rt a b l y . T h i s t ra n s l a t e s i n to a fo c u s o n a c t i ve m o b i l i t y w i t h a n e m p h a s i s
o n b i cy c l e a n d p e d e s t r i a n m o d e s . At L a n e s h i f t , w e a r e c o m m i t t e d t o fo st e r i n g
c o n n e c t i o n s b e t w e e n c o m m u n i t i e s a n d p e o p l e .
La n e s h i f t f a c i l i t a t e s h i g h -i m p a ct e d u c a t i o n a l o f fe r i n g s , w h i c h a re d e s i g n e d t o e q u i p
p a r t i c i p a n t s w i t h a d e e p u n d e r st a n d i n g o f b ot h a ct i ve t ra n s p o r t a t i o n -f r i e n d l y c u l t u re
a n d i n f r a s t r u c t u re . Ed u c a t i o n a l p ro g r a m s a l s o p rov i d e o p p o rt u n i t i e s fo r p a r t i c i p a n t s t o
b u i l d re l a t i o n s h i p s a n d l e a r n f ro m o t h e r p rofe s s i o n a l s f r o m a ro u n d t h e c o u n t r y . We
b e l i e v e e d u c a t i o n c a n c h a n g e p e o p l e ’s l i v e s a n d e m p ow e r p r ofe s s i o n a l s t o i m p a ct
p o s i t i ve c h a n g e w i t h i n t h e i r c o m m u n i t i e s . W h e n p ro fe s s i o n a l s c h a n g e h o w t h ey t h i n k
a b o u t t h e i r c o m m u n i t y, i t c h a n g e s h o w t h ey m a k e d e c i s i o n s w i t h i n t h e i r c o m m u n i t y .
P r o f e s s i o n a l D ev e l o p m e n t H i g h l i g h t s :
A c t i v e Tra n s p o r t a t i o n Ac a d e my (ATA )- 4 Da y p ro fe s s i o n a l d eve l o p m e n t c o u r s e1.
S i x ye a r s o f ex p e r i e n c e d e l i v e r i n g t h e ATA t o d i v e r s e p ro fe s s i o n a l s .
La n e s h i f t h a s f a c i l i t a te d n i n e t e e n ATA s s i n c e 2 01 9 a n d t ra i n e d o v e r 15 0
p r o fe s s i o n a l s t h r o u g h t h e p ro g ra m .
Pa r t i c i p a n t s f r o m a r o u n d t h e c o u n t r y t ra ve l to B e n to n v i l l e , A R , t o l e a r n f ro m o u r
te a m t h r o u g h e n g a g i n g w o r k s h o p s , i n -t h e -f i e l d l e a r n i n g , a n d a f i n a l c a p s t o n e
p ro j e c t t h a t s h ow s ev i d e n c e of p ro g ra m a p p l i c a t i o n .
2 . Ben ch m a rk in g To u rs - 2-3 day profes siona l deve l o pment ex peri ence for gro u p s or teams :
O ve r s i x ye a r s o f ex p e r i e n c e d e s i g n i n g , d e l i v e r i n g , a n d f a c i l i t a t i n g B e n c h m a r k i n g
To u r s .
Fa c i l i t a te d e i g h t e e n B e n c h m a r k i n g To u r s i n N W Ar ka n s a s w i t h d e l e g a t i o n s f ro m
m e t ro p o l i t a n p l a n n i n g o rg a n iza t i o n s , c i t i e s , a d vo c a cy g r o u p s a s we l l a s p r o j e c t -
b a s e d s t a ke h o l d e r g ro u p s .
2 0 0 + p ro fe s s i o n a l s t ra i n e d a n d e q u i p p e d t h r o u g h B e n c h m a r k i n g To u r s
La n e s h i f t c o o rd i n a t e s a l l l o g i s t i c s , i n c l u d i n g a g e n d a d ev e l o p m e n t a n d ref i n e m e n t ,
c o m m u n i c a t i o n w i t h p a rt i c i p a n t s , a c c o m m o d a t i o n s , m e a l s , o u t s i d e s p e a k e r s ,
t ra n s p o r t a t i o n , a n d b i cyc l e s .
OUR PROFESSIONAL DEVELOPMENT EXPERIENCE
Laneshift was founded in 2017 by Ryan Hale. Prior to this, Ryan
worked for over five years at the center of the growth of
Northwest Arkansas’ bike and pedestrian network as a staff
member for the Walton Family Foundation. Through projects
like the development of the Razorback Regional Greenway,
the Back 40 mountain biking trail system in Bella Vista, and
Lake Atalanta in Rogers, AR, Ryan gained valuable experience in
the implementation of robust bike and pedestrian systems
that continue to grow in size and connectivity. Experiences
gained while working at both the regional and project levels
helped serve as a springboard for the launch of Laneshift.
Bio at a Glance:
Former Community Banker
5+ years with the Walton Family Foundation as lead
program officer for the development of bike and
pedestrian infrastructure in the Home Region
Team captain-University of Arkansas Razorbacks - 1998
Football
Member of New York Giants-1999-2000-NFC Champions
& Superbowl 35
Ryan Hale
Vice President
Laneshift
901 N. 47 Street th
Rogers, AR 72712
479-426-2082
ryan@laneshift.net
Relevant Projects:
Razorback Regional
Greenway- Northwest
Arkansas*
Springdale, AR & Siloam
Springs, AR – Safe Streets
Pilot Projects (2018-2019)
City of Joplin, MO – Active
Transportation Plan (2021)
Acquisition and preservation
of Mt. Kessler-Fayetteville,
AR*
Lake Atalanta revitalization-
Rogers, AR*
Coler Mountain Bike
Preserve-Bentonville, AR*
Multi-use trail
development-Markham
Hill/Fayetteville, AR
Railyard Loop -Rogers, AR*
Back Forty Trail system-
Bella Vista, AR*
Dirt 66, Trails and
connectivity plan-
Springfield, MO
*Prior Experience
OUR TEAM
With over eight years of customer service experience, Marina has
worked in a variety of fields ranging from being a barista at a specialty
coffee shop to administrative work at a behavioral health clinic. Marina
has been working at Laneshift since August 2021 and handles all of the
day-to-day tasks associated with facilitating effective programs. Her
role includes coordinating client and consultant teams, scheduling,
preparation, quality control of materials, and daily tracking of
deliverables through project management software.
OUR TEAM
Marina Kashubin
Project Specialist
Jacob was born and raised in Northwest Arkansas and truly feels at
home in the Ozarks and the greater outdoors. You can find him enjoying
a range of different outdoor activities, from hiking with his family to trail
running and bike riding. The bicycle has been a massively influential part
of his life. Prior to joining Laneshift, Jacob served as the Store Manager
of a local bike shop where he was able to share his passion for nature,
gain unique perspectives, and build a strong culture centered around
pedaling on two wheels. Jacob is driven to connect people by creating
and designing amazing spaces to work, play, and live.
Jake Truman
Visual Design Coordinator
Jocelynn Crowther
Sr. Project Engineer
Jocelynn studied civil and environmental engineering and received
both a bachelor’s and master’s degree at Brigham Young University.
Jocelynn’s mother introduced her to bike riding when she was in high
school, and they enjoyed riding along the country roads while avoiding
puncture vine. She kept up riding on trails in Utah Valley and introduced
her husband,Nathan, to the joy of riding before they moved to NWA in
2017. Jocelynn and Nathan have two sons who are five and two years
old. Jocelynn works as an engineering consultant for Laneshift and is
adding her experience with municipal engineering, project design and
construction, and active transportation projects to the team.
OVERVIEW OF THE WORKSHOP
a. H o w ac ti v e tr a n spo rta t io n c a n c a t alyze
and c o n t ri b u t e to a c omm u ni t y 's ec o n omy.
b . Th e ro l e t h at ac ti v e tr a n sporta t io n p lays i n
p lace m a k i n g .
c . D e si g n in g s p ac e s a nd place s fo r p e ople
o n f oo t and o n b ikes.
d . V u lnerab l e Ro a d U ser Saf ety.
e . Ho w t o sus t ai n a cult u r e o f m ovem e n t and
ac ti v it y tha t ca n im p ro v e me nta l a n d
p hy si c a l h e a lth o u tc omes.
We are passionate about sharing the story of
"connected communities" and educating our
clients how connectivity can transform both
people and places. During our workshop, the
Laneshift team will spend time with city leaders
to educate and inform on the benefits of
creating safe, comfortable and connected
infrastructure as well as the importance of
sustaining a welcoming, accessible and
encouraging culture for active transportation.
We will explore detailed ways that cities can
promote and encourage a more connected
community by prioritizing active transportation
elements which can add value to the local
economy, increase health outcomes and
strengthen their community.
TOPICS COVERED IN WORKSHOP:
Draft Agenda:
8:30 am- Begin workshop in Fayetteville
(Light breakfast items and coffee available)
Facilitator: Ryan Hale
Reviewing the “Connected Community”
model which provides a framework for
developing safe, comfortable and connected
infrastructure and a welcoming, accessible
and encouraging culture.
Exploring the benefits of active
transportation within a community.
Vulnerable Road User Safety solutions
10:30 am- Gear up to ride and orientation to
bikes
11 am- Facilitated biking and walking tour of key
active transportation projects in Fayetteville
12:30 pm- Lunch
1:30 pm- Conclude ride and debrief
2:30 pm- Workshop complete
O P T I O N #1 :S A M P L E A G E N D A
½ +D A Y W O R K S H O P
A N D R I D E
O P T I O N #2 :S A M P L E A G E N D A
F U L L D A Y W O R K S H O P
A N D R I D E
Draft Agenda:
8:30 am- Begin workshop in Fayetteville
(Light breakfast items and coffee available)
Facilitator: Ryan Hale
Reviewing the “Connected Community” model
which provides a framework for developing safe,
comfortable and connected infrastructure and a
welcoming, accessible and encouraging culture.
Exploring the benefits of active transportation
within a community.
Vulnerable Road User Safety solutions
10:30 am- Travel to Rogers via van to explore
multiple active transportation projects in that city.
We will explore on foot and by bike (Downtown
Rogers and Uptown).
Visit with a staff member from the City of Rogers.
12 pm- Lunch
1 pm- Travel to Bentonville to explore multiple active
transportation projects on foot and by bike. (3 and
8 Street cycle tracks, Razorback Regional Greenway
through Walmart campus)
rd
th
3 pm- Depart for Fayetteville
3:30 pm- Biking in Fayetteville (locations to be
determined)
5 pm- Conclude ride and debrief over dinner-
(Upstairs at Woodstone)
7 pm- Workshop complete
O P T I O N #2 :
F U L L D A Y W O R K S H O P
A N D R I D E
$4 ,9 2 5
What’s included:
Facilitation of workshop and tour.
Water, hydration drinks, protein bars, and
snacks throughout the day.
Light breakfast items and coffee.
Lunch
Use of e-bike and helmet for each participant.
Pre-event planning with city staff to finalize
agenda.
Logistics communication with participants to
answer frequently asked questions.
Dinner at Woodstone Pizza
The city can include up to 13 participants.
What’s not included:
Venue space for workshop
What’s Included:
Facilitation of workshop and tour.
Water, hydration drinks, protein bars, and snacks
throughout the day.
Light breakfast items and coffee.
Lunch
Use of e-bike and helmet for each participant.
Pre-event planning with city staff to finalize
agenda.
Logistics communication with participants to
answer frequently asked questions.
The city can include up to 13 participants.
What’s not included:
Venue space for workshop
O P T I O N #1 :
½ +D A Y W O R K S H O P A N D R I D E
$3 ,4 6 2
Mailing address:
113 W. Mountain Street
Fayetteville, AR 72701
www.fayetteville-ar.gov
Transportation Committee Memo
2025-1900
Meeting of September 30, 2025
To: Transportation Committee
Thru:
From: Paul Libertini, Staff Engineer
Subject: Hwy 112 (Garland Ave) - Follow up to a Request to Modify Raised Median
Recommendation:
Approval of the proposed modification to the median opening at Station 10+25 on the Hwy 112 plans.
Background:
The request from Bradford Place property owners to modify the proposed raised median in front of their
driveway on Hwy 112 was presented to the Transportation Committee on August 26th. Staff cited 4 different
options for the Committee to consider, discuss and recommend.
Discussion:
Staff was given direction by the Transportation Committee to shorten the length of the raised median giving
access to the Bradford Place residents. Attached for review are 2 plan sheets showing the proposed
shortened raised median. If the Committee approves the proposed modification, staff will have the consultant
revise the construction plans.
Budget/Staff Impact:
No Impact
Attachments: Hwy 112 - Proposed Median Adjustment Plans, Median Opening Request Packet from the
August 26 Transportation Committee Meeting
RW
RWRWRWRW
RW
RWRWRWRW RW
RW
SCALE IN FEET
15'0 60'30'
HWY. 112 / GARLAND AVE.
Sc
a
l
e
F
o
r
M
i
c
r
o
f
i
l
m
i
n
g
In
c
h
e
s
Mi
l
l
i
m
e
t
e
r
s
no.date descriptionby
1 1312111098765432
I
H
G
F
E
D
C
B
A
date detailed
checkeddesigned
ofsheet sheets
project contract
rev.drawing
file
ckd
6576 LYNCH'S PRAIRIE COVE, STE B
SPRINGDALE, AR 72762
100% REVIEW
NOT FOR
CONSTRUCTION
RED COLORED CONCRETE
(TR1 TRAIL DETAIL)(8" THICK)
DECORATIVE CONCRETE PAVING
(8" UNIFORM THICKNESS)
TRANSIT STOP (HARDSCAPE
ONLY, SHELTER BY OTHERS)
CONCRETE SIDEWALK (4" THICK
CONC. & 4" THICK CLASS 7 BASE)
CONCRETE TRAIL (4" THICK FIBER
REINFORCED CONC. & 4" THICK
CLASS 7 BASE)
PAVEMENT LEGEND
+2
5
0+00
1+00 2+00 3+00 4+00 5+00 6+00
7+00
8+00
PR
C
:
3
+
6
0
.
6
6
PT
:
7
+
1
9
.
5
1
8+00
9+00
10+00
11+00
12+00
13+00
14+00 15+00
16+00
PC
:
1
4
+
1
5
.
1
0
P
T
:
0
+
3
3
.
3
7
P
I
:
1
+
2
8
.
2
6
0+00
SCALE IN FEET
15'0 60'30'
Sc
a
l
e
F
o
r
M
i
c
r
o
f
i
l
m
i
n
g
In
c
h
e
s
Mi
l
l
i
m
e
t
e
r
s
no.date descriptionby
1 1312111098765432
I
H
G
F
E
D
C
B
A
date detailed
checkeddesigned
ofsheet sheets
project contract
rev.drawing
file
ckd
6576 LYNCH'S PRAIRIE COVE, STE B
SPRINGDALE, AR 72762
100% REVIEW
NOT FOR
CONSTRUCTION
SCALE IN FEET
15'0 60'30'
SCALE IN FEET
15'0 60'30'
11+10
10+30
Mailing address:
113 W. Mountain Street
Fayetteville, AR 72701
www.fayetteville-ar.gov
Transportation Committee Memo
2025-1534
Meeting of August 26, 2025
To: Transportation Committee
Thru: Molly Rawn, Mayor
Keith Macedo, Chief of Staff
Chris Brown, Public Works Director
From: Paul Libertini, Staff Engineer
Subject: Hwy 112 (Garland Ave) – Request to Modify Raised Median
Recommendation:
Staff requests that the Transportation Committee select one of the options presented today as a solution to an
appeal from a resident of Bradford Place to modify a raised median on Hwy 112.
Background:
The City has agreement in place with the Arkansas Department of Transportation (ARDOT) to design and
construct Garland Avenue from Janice Ave to Drake Street, approximately 1.0 miles. ARDOT is paying 100%
of the design, land acquisition and construction with the stipulation that the City will take over the ownership
and maintenance of Garland Avenue. The construction plans are ready to bid once some right-of-way issues
are resolved.
On May 9, 2019, the Transportation Committee approved a recommendation to City Council to hire Burns &
McDonnell Engineering Company for professional services to design this highway project. A static, web-based
public information meeting was made available to the public by the City from March 9, 2022 until April 6, 2022
on the City’s Speak Up Fayetteville website. Informational letters were sent to property owners containing a
link to Speak Up Fayetteville & a QR code. The letter for Bradford Place was mailed to Harris-McHaney
Property Management, 809 S 52nd St, Rogers, Arkansas.
This highway has been designed as a 4-lane divided roadway with raised grass medians for safety. Median
openings have been provided at all public streets. The current design provides “bulb-outs” for legal U-turns for
adjacent residents. It should also be noted that this typical section is in compliance with the future widening of
Hwy 112 from Fayetteville to Bentonville (approx. 20 miles) which includes raised medians and roundabouts as
safety features (see exhibits).
The utilization of raised medians as a safety feature is supported by 2 facts sheets, one from ARDOT and one
from FHWA, which state that we can expect to see a reduction in crashes in the range of 46% to 71%
(Statewide results), and a reduction in fatal & serious injuries by 82% per a case study of Hwy 412 in Siloam
Springs.
The Average Daily Traffic from the ARDOT website is listed as 18,000 vehicles in 2024. Bradford Place
contains 44 residential units that generate approximately 292 trips per weekday (6.63 trips per unit), and 27
trips during the a.m. and p.m. peak hours (0.61 trips per unit) based on published trip generation studies by
ITE (Institute of Transportation Engineers). There are no published trip generation rates for Airbnb properties,
however it was suggested that the trip generation rates would be higher.
Mailing address:
113 W. Mountain Street
Fayetteville, AR 72701
www.fayetteville-ar.gov
Discussion:
Staff offers the responses below to the email request from Brandon Anthes (Bradford Place) to remove the
raised median:
• The City GIS map shows 44 addresses, not 39 as stated
• It appears that the studies mentioned were referring to an undivided highway vs a divided highway with
a center turn lane
• It is agreed that a center turn lane is safer than an undivided highway, but that is not the case here.
Raised medians control turning movements much better than a two-way left turn lane resulting in
increased safety.
• It is more expensive to construct a paved center turn lane than to construct a raised grassed median
• It appears that it would be possible for Bradford Place to make a driveway connection to Elm Street,
thereby having full access to a median opening
The following 4 options are offered for discussion:
1. Do Nothing, leave the raised median as designed
2. Extend the raised median or install traffic devices to deter vehicles from making illegal & potentially
dangerous crossings
3. Shorten the raised median to allow vehicles to make a southbound left turn across Hwy 112
4. Remove the raised median and replace with a two-way left turn lane (not recommended)
Budget/Staff Impact:
No Impact
Attachments: NWA Regional Hwy 112 Conceptual Drawing (approx. 20 miles), NWA Regional Hwy 112
Typical Section, Bradford Place - GIS Aerial Exhibit, Hwy 112/Garland Ave Conceptual Drawing, ARDOT
Raised Median Fact Sheet, FHWA Median Safety Fact Sheet, Email Request from Brandon Anthes of Bradford
Place
112
112
112
112
£¤412 £¤412
§¨¦49
§¨¦49
Job 040752
Howard Nickell Rd. - Greathouse Springs Rd.
Job 040758
Greathouse Springs Rd. - Don Tyson Pkwy. Extension
Job 040860
Don Tyson Pkwy. Extension - Hwy. 412
PRELIMINARY
Subject To Revision
Proposed Road³
0 1,000 2,000
Feet
Photography Date: 2021
ARDOT - Environmental GIS - Reed
Map: August 31, 2021; Meeting: September 9, 2021
Public Involvement Meeting VPI Exhibit
Begin Job 040752
End Job 040752
Begin Job 040758
End Job 040758
Begin Job 040860
End Job 040860
Fayetteville, AR
ExhibitParcel Label
The data contained herein was compiled from various sources for the sole
use and benefit of the City of Fayetteville Geographic Information System
and the public agencies it serves. Any use of the data by anyone other than
the City of Fayetteville is at the sole risk of the user; and by acceptance of
this data, the user does hereby agree to indemnify the City of Fayetteville
and hold the City of Fayetteville harmless from and without liability for any
claims, actions, cost for damages of any nature, including the city's cost of
defense, asserted by user or by another arising from the use of this data.
The City of Fayetteville makes no express or implied warrantees with
reference to the data. No word, phrase, or clause found herein shall be
construed to waive that tort immunity set forth under Arkansas law.
Created: 8/14/2025
Credits: 2025 Imagery | EagleView Technologies | Surdex Corporation, City
of Fayetteville, AR
Map Author:
0 0.03 0.050.01 mi
YIELD
YIELD
YIELD
YIELD
YIELD
YIELD
O
N
L
Y
ONLYONLYONLY
ONLYONLYONLY
ONLY
DR
A
K
E
S
T
.
A
L
T
H
E
I
M
E
R
D
R
.
CA
S
S
A
T
T
S
T
.
DI
N
W
I
D
D
I
E
S
T
.
GAR
L
A
N
D
A
V
E
.
112
TO
FULBRI
G
H
T
EXPRE
S
S
W
A
Y
N
.
P
O
I
N
T
C
I
R
C
L
E
INTER
S
T
A
T
E
49
ON
L
Y
ON
L
Y
ON
L
Y
O
N
L
Y
ON
L
Y
KN
A
P
P
S
T
.
KN
A
P
P
S
T
.
ER
N
I
E
J
A
C
K
S
EL
M
S
T
.
ME
L
M
A
R
D
R
.
JA
N
I
C
E
A
V
E
.
MORRILL AVE.
9' GREEN
SPACE
MEDIAN
1'-6"
C&G
11' OUTER LANE &
10' INNER LANE
1'-6"
C&G
9' GREEN
SPACE
6'
SIDEWALK
1'-6"
C&G
10' INNER LANE &
11' OUTER LANE
1'-6"
C&G
9' GREEN
SPACE 12' TRAIL
TYPICAL SECTION - LOOKING NORTH
HWY 112 / GARLAND AVENUE
N.T.S.
ON
L
Y
ON
L
Y
CITY OF
ARKANSAS
FAYETTEVILLE
MA
T
C
H
L
I
N
E
'
A
'
MA
T
C
H
L
I
N
E
'
A
'
raised medians
What is a Raised Median?
A raised median is a physical barrier that separates opposing directions of
traffic, thus reducing the chance of a vehicle crossing into oncoming traffic.
In urban areas, medians are often relatively narrow to limit property impacts.
Planning Division
501-569-2201Diagram: From Gluck, J., H. S. Levinson, and V. Stover. NCHRP Report 420: Impacts if Access Management
501-569-2201 Techniques, TRB, National Research Council, Washington, D.C., 1999, Figure 30, p. 72. Copyright,
National Academy of Sciences. Reproduced with permission of the Transportation Research Board.
Improved Safety
By creating a barrier
between opposing traffic,
raised medians prevent
most head-on collisions,
which can often be severe
or fatal. Additionally, raised
medians allow left-turns to be
consolidated into a handful
of well-designed median
break locations. These median
breaks can also be designed
to allow U-turns (see back).
Raised medians allow traffic to
flow in a more orderly manner,
reduce the number of conflict
points, and greatly reduce
crash severity and frequency.
According to research from the Transportation Research Board, installing a
raised median on an undivided highway resulted in a median accident rate
reduction of nearly 35 percent. Raised medians are particularly beneficial when
traffic volumes exceed 24,000 vehicles per day.
AFTER
REDUCED CONFLICTS
BEFORE
Many Conflicts with All Turns Permitted
Arkansas has 54
miles of
urban highways
with a
raised median
INSTALLING A raised medianreduce crashes
BY up to 71%
ON AN UNDIVIDED ROADWAY SEGMENT
August 2023
Reduced Delays
By reducing conflict points and improving traffic flow, a roadway is able to carry
more traffic. As a result, delays due to traffic congestion also decrease. Raised
medians have been determined to reduce motorist delays up to 30 percent.
Highway 60
Conway, Arkansas
Photo: Highway 60 in Conway, Arkansas, Google Maps
1 Access Management Application Guidelines, Companion Volume to the Access Management Manual,
Second Edition, Transportation Research Board, 2016
HIGHWAY 412 SILOAM SPRINGS CASE STUDY
Prior to 2013, Highway 412 in west Siloam Springs was a four-lane highway
with a center turn lane. The highway regularly experienced significant
congestion and safety issues. Between 2006 and 2010, 415 crashes occurred
on a 1.6-mile segment of Highway 412 in west Siloam Springs. Of those
crashes, 17 were classified as a fatal or suspected serious injury, equating to a
crash rate nearly three times higher than similar roadways across the state.
To improve the roadway’s safety and reduce congestion, in 2012, ArDOT
widened this segment of Highway 412 to six lanes and replaced the center
turn lane with a raised median. As a result, over the next five years, the total
number of crashes was reduced by 20 percent, and the number of fatal and
serious injuries was reduced by more than 80 percent.
20
15
10
5
0
2006-2010 2012-2016
Fatal or Suspected Serious Injury Crashes
100
80
60
20
0
40
2006-2010 2012-2016
TOTAL CRASHES PER YEAR 82%
Reduction in all
FATAL and SUSPECTED
SERIOUS INJURY CRASHES
46%
REDUCTION
IN ANGLE
CRASHES
HIGHWAY 412 CASE STUDY
U-TURNs TO REACH DESTINATION
Raised medians can be designed to allow U-turns to occur
at periodic median breaks. U-turns reduce the number of
conflict points along a corridor and have been proven to
improve safety. Research has shown U-turns can reduce
crash rates by 20 percent by removing direct left-turns
from driveways. Often, a right turn from an unsignalized
driveway followed by a U-turn is easier for drivers. This is
because they only have to yield to one direction of traffic
at a time rather than crossing two directions of traffic.
Case studies in Texas and Iowa suggest 95 percent of
business owners reported no change or an increase in
retail sales after the construction of a raised median.
Property values studied along the corridor were also
reported as either unchanged or increased.1
Pedestrian Refuge
Island
reduction in
pedestrian crashes.2
Median with
Marked Crosswalk
reduction in
pedestrian crashes.2
FHWA-SA-21-044
Medians and
Pedestrian Refuge Islands in Urban
and Suburban Areas
A median is the area between opposing lanes of traffic, excluding turn
lanes. Medians in urban and suburban areas can be defined by pavement
markings, raised medians, or islands to separate motorized and non-
motorized road users.
A pedestrian refuge island (or crossing area) is a median with a refuge area
that is intended to help protect pedestrians who are crossing a road.
1 National Center for Statistics and Analysis. (2020, March). Pedestrians:
2018 data (Traffic Safety Facts. Report No. DOT HS 812 850). National Highway
Traffic Safety Administration
2 (CMF ID: 175) Desktop Reference for Crash Reduction Factors, FHWA-SA-08-011,
September 2008, Table 11.
Pedestrian crashes account for
approximately 17 percent of all traffic
fatalities annually, and 74 percent
of these occur at non-intersection
locations.1 For pedestrians to
safely cross a roadway, they must
estimate vehicle speeds, determine
acceptable gaps in traffic based
on their walking speed, and predict
vehicle paths. Installing a median
or pedestrian refuge island can
help improve safety by allowing
pedestrians to cross one direction of
traffic at a time.
Transportation agencies should
consider medians or pedestrian
refuge islands in curbed sections of
urban and suburban multilane
roadways, particularly in areas with
a significant mix of pedestrian and
vehicle traffic, traffic volumes over
9,000 vehicles per day, and travel
speeds 35 mph or greater. Medians/
refuge islands should be at least
4-ft wide, but preferably 8 ft for
pedestrian comfort. Some example
locations that may benefit from
medians or pedestrian refuge islands
include:
• Mid-block crossings.
• Approaches to multilane
intersections.
• Areas near transit stops or other
pedestrian-focused sites.
Example of a road with a median and
pedestrian refuge islands.
Source: City of Charlotte, NC
Median and pedestrian refuge island
near a roundabout. Source:
www.pedbikeimages.org / Dan Burden
46%
56%
Safety Benefits:
OFFICE OF SAFETYProven Safety Countermeasures
For more information on this
and other FHWA Proven Safety
Countermeasures, please visit
https://highways.dot.gov/
safety/proven-safety-counter
measures and https://high
ways.dot.gov/sites/fhwa.dot.
gov/files/2022-08/techSheet_
PedRefugeIsland2018.pdf.
Mr. Brown,
On behalf of the 39 homeowners of Bradford Place Condominiums, we respectfully object to
the proposed raised median at our entrance and urge the City to install a continuous center turn
lane instead.
A raised median would block direct access, forcing residents, visitors, delivery trucks, school
buses, and—most critically—emergency responders to overshoot our drive and perform U-turns
onto Elm Street. This detour adds daily inconvenience, concentrates turning conflicts at a single
location, and lengthens response times when seconds matter.
Multiple studies confirm that center turn lanes are safer than raised medians on residential
arterials like ours. A peer-reviewed Tennessee crash study found fewer total crashes on high-
driveway, medium-to-low-volume roads with a center turn lane. The Minnesota DOT “road-diet”
evaluation recorded a 37 percent crash reduction after converting four-lane undivided roads
(fewer than 17,500 vpd) to three lanes with a center turn lane. Iowa’s Access-Management
Handbook states that center turn lanes “function well” on arterials carrying 10,000–28,000
AADT with numerous driveways—precisely the conditions on this stretch of Garland.
Conversely, the Oregon DOT safety guide warns that raised medians often increase U-turn
frequency and introduce new conflict points.
Installing a center turn lane would:
•Preserve direct, predictable driveway access.
•Remove turning vehicles from through lanes, smoothing traffic and reducing rear-end
crashes.
•Enable fire, EMS, and police to reach us without detours.
•Cost less to build and maintain than a landscaped median.
Given the research, operational realities, and safety of all corridor users, we respectfully request
the City choose a continuous center turn lane across the Bradford Place frontage.
Thank you for your consideration.
Sincerely,
Bradford Place Homeowners’ Association
References:
Federal Highway Administration. Safety Evaluation of Center Two-Way Left-Turn Lanes on Two-Lane Roads (FHWA-
HRT-08-042). https://www.fhwa.dot.gov/publications/research/safety/08042/
“Accidents on Suburban Highways—Tennessee’s Experience.” Journal of Transportation Engineering. https://ascelibrary.org/doi/
10.1061/%28ASCE%290733-947X%281995%29121%3A3%28255%29
Minnesota Local Road Research Board. Safety and Operational Characteristics of Two-Way Left-Turn Lanes. https://
www.lrrb.org/pdf/200625.pdf
Iowa Department of Transportation. Access Management Manual (Section on TWLTL performance). https://iowadot.gov/traffic/
pdfs/MM1359-Access-Management-Manual.pdf
Oregon Department of Transportation. Crash Reduction Factor Manual—Countermeasure H64: Convert TWLTL to Raised
Median. https://www.oregon.gov/odot/Engineering/ARTS/CRF-Manual.pdf
City’s Proposed Plan:
Bradford Place Homeowners’ Association’s Proposal:
Mailing address:
113 W. Mountain Street
Fayetteville, AR 72701
www.fayetteville-ar.gov
Transportation Committee Memo
2025-1887
Meeting of September 30, 2025
To: Transportation Committee
Thru:
From: Paul Libertini, Staff Engineer
Subject: Hwy 112/Garland Ave (Janice Ave to Drake St) – Design Supplemental Agreement
No. 3 with Burns & McDonnell Engineering Company
Recommendation:
A Resolution to approve Supplemental Agreement No. 3 to the contract with Burns & McDonnell Engineering
Company, Inc. in an amount not to exceed $929,515.00 for construction management and additional design
services, and approve a Budget Adjustment.
Background:
On January 3, 2017, the City Council approved the City’s participation in a revised Partnering Agreement with
the Arkansas Department of Transportation (ARDOT) to make needed improvements to Hwy 112 (Resolution
27-17). Upon completion of the improvements to Hwy 112, the City agreed to assume ownership and
responsibility of Hwy 112 from Hwy 16 (15th St) to Interstate 49. This resolution also authorized Mayor Jordan
to execute all appropriate agreements and contracts necessary to expedite the construction of this project.
On September 19, 2017, the Mayor signed the Agreement of Understanding with ARDOT obligating the City to
manage the improvements of Hwy 112 from Poplar Street to Drake Street. The City will be managing project
design, right-of-way acquisition, utility relocations, bidding and construction management.
On June 4, 2019, the Mayor signed the Agreement for Engineering Services with Burns & McDonnell
Engineering Company, Inc. in the amount of $618,186.00 to develop construction plans for this street widening
project.
On June 16, 2020, the Mayor signed Supplemental Agreement No. 1 with Burns & McDonnell Engineering
Company, Inc. in the amount of $52,967 for additional water & sewer design services associated with this
project.
In July of 2015, ARDOT completed the Hwy 112 Corridor Study which looked at approximately 20 miles of Hwy
112 starting at Janice Ave in Fayetteville which coincides with the starting point of the City’s project and
terminating in Bentonville at Hwy 12. During the environmental phase of this corridor, FHWA required that
noise studies be performed on certain sections of the 20-mile corridor.
On February 15, 2022, the Mayor signed Supplemental Agreement No. 2 with Burns & McDonnel Engineering
Company, Inc. in the amount of $28,282 to perform a detailed noise analysis required by the Federal Highway
Administration (FHWA). The Traffic Noise Report concluded that none of the barriers were able to be
designed to meet all of the ARDOT criteria and therefore no barriers were recommended for the Project area.
The 100% design plans have been submitted to ARDOT and the City has received minor revision comments.
Mailing address:
113 W. Mountain Street
Fayetteville, AR 72701
www.fayetteville-ar.gov
Land Acquisition is nearly complete and the City will be certifying the r/w and requesting authorization to bid
this project for construction in the next month.
Supplemental Agreement #3 (SA #3) to the design contract with Burns & McDonnell Engineering Company,
Inc. has been prepared for construction management and additional design services. SA #3 has been
submitted to ARDOT for review and comment.
Discussion:
ARDOT has completed their review and has approved SA #3 with Burns & McDonnell Company, Inc. The
Mayor’s signature is required on SA #3 so that it may be executed by the Department.
Budget/Staff Impact:
This project will be fully (100%) funded by the ARDOT. The City will make the initial payments to the
Consultant from the Transportation Bond Program fund and then request 100% reimbursement from the
Department.
Account # Project # Amount
4470.800.8835-5314.00 06035.3800 $929,515.00
TOTAL $929,515.00
Attachments: SRF Hwy 112 Supplemental Agreement #3, BA Hwy 112 Construction Management Revenue,
Supplemental Agreement #3 with Burns & McDonnell Engineering Company, Hwy. 112 Partnering Agreement
without attachments
9/11/2025
Submitted Date
Yes
1,133,399.00$
929,515.00$
V20221130
Budgeted Item?
Does item have a direct cost?
Is a Budget Adjustment attached?
Total Amended Budget
Expenses (Actual+Encum)
Available Budget
Item Cost
Budget Adjustment
Remaining Budget
2,490,932.00$
1,357,533.00$
Yes
Yes 929,515.00$
1,133,399.00$
06035.3800
Project Number
Budget Impact:
Hwy 112 (Poplar St - Drake St)
Fund
Sales Tax Capital Improvement4470.800.8835-5314.00
Account Number
Project Title
City of Fayetteville Staff Review Form
2025-1723
Item ID
10/7/2025
City Council Meeting Date - Agenda Item Only
A Resolution to approve Supplemental Agreement No. 3 to the contract with Burns & McDonnell Engineering
Company, Inc. in an amount not to exceed $929,515.00 for construction management and additional design
services, and approve a Budget Adjustment.
N/A for Non-Agenda Item
Action Recommendation:
Submitted By
Paul Libertini ENGINEERING (621)
Division / Department
Comments:
Purchase Order Number:
Change Order Number:
Previous Ordinance or Resolution #137-19, 165-20, 49-22
Approval Date:
Original Contract Number:2019-00000026
City of Fayetteville, Arkansas - Budget Adjustment (Agenda)
Budget Year
Requestor:
10/7/2025
2025-1723
D - (City Council)
/
TOTAL 929,515 929,515
Account Number Expense Revenue Project Sub.Detl AT Account NameGLACCOUNTEXPENSEREVENUEPROJECTSUBATDESCRIPTION X
4470.800.8835-4309.00 - 929,515 06035 3800 RE Federal Grants - Capital
4470.800.8835-5314.00 929,515 - 06035 3800 EX Professional Services
-
-
-
-
- -
- -
- -
- -
- -
- -
- -
- -
- -
- -
- -
- -
GLDATE:
Budget Division Date
TYPE:
JOURNAL #:
Adjustment Number
2025 Paul Libertini
ENGINEERING (621)Division
/Org2
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION:
v.2025826
RESOLUTION/ORDINANCE
Increase / (Decrease)Project.Sub#
Recognize Federal-aid and State funds of $929,515 available for construction management and additional design
services for the Hwy 112 (Poplar St - Drake St) which will be 100% reimbursed by the Arkansas Department of
Transportation (ARDOT).
COUNCIL DATE:
CHKD/POSTED:
ITEM ID#:
\\city\dfs\Divs\Engineering\Engineering Design Services\Projects\Hwy 112-040720 Poplar St - Drake St\Federal Funding-Spreadshts-
BA's-PO's\BA's\BA 2025-1723 Hwy 112 const revenue.xlsx 1 of 1
Supplemental Agreement No. 3
Job No. 040720
Poplar St. – Drake St. (Fayetteville) (S)
Washington County
Date: ____________
WHEREAS, the City of Fayetteville, Arkansas and Burns & McDonnell Engineering Company,
Inc. entered into an Agreement for Engineering Services on June 4, 2019; and,
WHEREAS, representatives of the City of Fayetteville requested work in addition to that defined
in the Agreement.
NOW THEREFORE, the following modifications will be made to the Agreement:
MODIFICATIONS:
1) The “Contract Ceiling Price” (Section 1.2) is increased from $699,435 to $1,628,950.
2) The “Title I Services Ceiling Price” (Section 1.13) is increased from $699,435 to $862,491.
a. Increased price is due to design changes requested between 90% and 100% plan
development as well as schedule delays for the project that resulted in longer
duration of project administration and management. See Appendix A-2 –
Justification of Fees and Costs for detail.
3) The “Title II Services Ceiling Price” (Section 1.16) shall be modified as follows:
a. The first sentence, “The Title II Services Ceiling Price for this Agreement is not
applicable (NA).” Shall be changed to read “The Title II Services Ceiling Price for
this Agreement is $766,459.”
4) The fixed fee (Section 3.4) is increased from $56,358 to $73,828.
a. Increased fixed fee is due to design changes requested between 90% and 100%
plan development as well as schedule delays for the project that resulted in longer
duration of project administration and management. See Attachment A-2 –
Justification of Fees and Costs for detail.
5) The duration (Section 17.1) for Title I Services shall be extended to an anticipated
completion of date of July 31, 2025. The duration for Title II Services is anticipated to be
20 months from Construction Notice to Proceed, with an anticipated completion of March
31, 2027.
6) The Scope of Work shall be modified to include Scope of Work for Title II Services. See
Appendix A-1A Scope of Work for Title II Services.
7) See Appendix A-2 for modifications to Justification of Costs and Fees.
a. Costs and Fees associated with 2a, and 4a above are described in:
i. Worksheet titled - Design Changes Since 90% - SA#3
ii. Worksheet titled - Increased Project Administration Due to Schedule
Delays – SA#3
b. Costs and Fees associated with 3a above are described in:
i. Worksheet titled – Construction Admin. & Observation – SA#3
ii. Worksheet titled – Subconsultant Summary – SA#3
iii. Worksheet titled – CMT Construction Materials Testing – SA#3
iv. Worksheet titled – ROW & Easement Staking – SA#3
v. Worksheet titled – Asbuilt – Record Drawing Survey – SA#3
IN WITNESS WHEREOF, the parties execute this Supplemental Agreement No. 3, to be effective
upon the date set out above.
BURNS & MCDONNELL CITY OF FAYETTEVILLE, AR
ENGINEERING COMPANY, INC.
BY:________________________ BY:_______________________
Steven Beam, P.E. Molly Rawn
Business Manager Mayor
APPENDIX A-1A
SCOPE OF WORK FOR TITLE II SERVICES
ARDOT JOB 040720
Poplar St. – Drake St. (Fayetteville)(S)
Washington County
A. GENERAL
This work consists of providing construction administration and observation services to assist the OWNER
during construction of the project. The CONSULTANT’s services do not constitute full-time on-site services
and cannot make any guarantees regarding the Contractor’s performance or adherence to the Project
requirements. Therefore, it is understood that the OWNER’s staff may perform its own inspections.
The CONSULTANT is not responsible for the accuracy or validity of information provided by the OWNER
and may rely upon the same without independent verification.
CONSULTANT does not guarantee the performance of or warrant the work, work product, or deliverables
of any of OWNER’s separate contractors or designers or subcontractor, or the performance or actions of
any third parties impacting, exercising control over, or that have legal, regulatory, permitting, or other
jurisdiction involving the project or its participants. CONSULTANT’s execution of this scope of work shall
not cause CONSULTANT to assume any liability for any contractor(s’) failure to perform it’s work in
accordance with its contract documents or for contractor(s)’ defects in the work, which remain the sole
responsibility of the OWNER’s contractor. The Contractor is fully responsible for the means and methods
of jobsite safety for construction personnel. It is the Construction Contractor’s obligation to enforce
adherence to the Federal, State and local laws, rules and regulations concerning construction and jobsite
safety. OWNER agrees to look solely to its other contractors to assure that they comply with the
specifications and performance standards imposed upon those other contractors. OWNER will look solely
to its other contractors for quality control and quality assurance with respect to those contractors’ scopes
of work, specifications and performance standards.
Notwithstanding anything herein the contrary, OWNER agrees that CONSULTANT’s services do not
require, obligate, or create the duty of CONSULTANT to discover all defects, deficiencies, or problems that
may exist in any work that is viewed. OWNER agrees that CONSULTANT is not being engaged to serve
as construction contractor or to provide quality control or assurance in connection with construction.
CONSULTANT’s review and observation is limited in scope and duration and neither Party intends
CONSULTANT to assume any liability to OWNER or others for the proper, fabrication, assembly,
preparation, or installation of the work.
CONSULTANT will maintain a safety program solely for its employees and CONSULTANT’s
subconsultant’s employees. CONSULTANT specifically disclaims any authority or responsibility for general
jobsite safety and for the safety of persons who are not the employees of CONSULTANT or
CONSULTANT’s subconsultant(s). It is understood and agreed that the CONSULTANT will not be
responsible for the job safety or site safety of the project and shall not be responsible for compliance with
safety programs and related OSHA regulations required to be followed by the Contractor or its employees,
Subcontractors, and agents. Jobsite safety shall be the sole responsibility of OWNER or its Contractor.
B. SCHEDULE
These services shall commence at the Notice of Award and continue through Final Acceptance of the
Project by the OWNER. The Project Schedule stated in the Project Manual is 540 calendar days to final
acceptance. It is anticipated that some services including project closeout and as-built – record drawing
development will be performed after construction is complete. Therefore, the total duration of Title II
Services is anticipated to be 20 months, starting from the Owners notice to proceed to the contractor. If the
OWNER AGREEMENT TASK ORDER NO. 4
2
construction duration exceeds the 540-calendar day limit, the CONSULTANT will be entitled to additional
compensation.
C. PROJECT MANAGEMENT AND CONSTRUCTION ADMINISTRATION
As a part of the Project Management and Construction Administration, the CONSULTANT will:
1. Assist OWNER with review and coordination of construction contract documents, agreement,
bonds and certificate of insurance. Distribute copies to OWNER, CONSULTANT, and contractor.
Maintain copies of documents in the project file.
2. Schedule and conduct a pre-construction conference for the Project. Keep meeting notes to
generally summarize discussion during the meeting and maintain an attendance log for the
meeting. Following the meeting, distribute the meeting notes to all on the attendance log.
3. Track, review and maintain a log of up to forty (40) materials submittals and/or shop drawings from
the contractor, only for work where the CONSULTANT was the Designer of Record. This review is
for general conformance to the requirements of the plans and specifications.
4. Assist OWNER with preparation of the contractor’s Notice to Proceed.
5. Assist OWNER with evaluation of up to sixty (60) requests received from the Contractor for time
extensions, contract changes, requests for information, extra work, and proposals.
6. Process Supplemental Agreements pursuant to the construction contracts for necessary changes
and potential solutions to the OWNER for final decision.
7. Schedule and manage subconsultant responsible for Survey Staking for right-of-way lines and
easements as provided in section G of this Scope of Work.
8. Schedule and manage subconsultant responsible for Construction Materials Testing as provided
in section F of this Scope of Work.
9. Identify and monitor project permit requirements and notify the Contractor and the OWNER of
potential violations.
10. The CONSULTANT will conduct bi-weekly construction meetings on the project with the contractor
and their subcontractors, the OWNER’s project representative and other interested parties to
review the work schedule, plan changes, construction problems or other matters. The notes from
these meetings will be distributed to all parties in attendance after completion of the meeting.
D. CONSTRUCTION OBSERVATION
The CONSULTANT will make periodic site visits to observe the progress of construction. The observer’s
site attendance shall be at the CONSULTANT’s discretion, or at the OWNERs request based on nature
and needs of the construction work being executed on a day-to-day basis. As such the observer’s work
hours shall not reflect the Contractor’s work hours. Construction observation is anticipated to average 20
hours per week for the duration of the project and will not be “full-time”. OWNER understands that
CONSULTANT’s observations will by their nature not be exhaustive and not intended to function as quality
control or quality assurance of construction contractor’s work.
When feasible, the CONSULTANT will be present for construction materials testing as described in section
F below.
The CONSULTANT will observe installation of water and sewer utilities and will be present to observe water
and sewer testing as described in the City of Fayetteville Water and Sewer Specifications. Testing will be
the responsibility of the contractor.
OWNER AGREEMENT TASK ORDER NO. 4
3
The CONSULTANT will perform the following observation services:
1. Maintain daily observation reports, including, weather, conditions of the construction site,
construction activities being performed, material deliveries, testing performed, and correspondence
in the field.
2. Coordinate with the OWNER and contractor to prepare pay applications on a monthly basis,
including verification of quantities, work completed, and materials stored.
3. Observe traffic control devices, lane closures, traffic queue lengths, travel time through project and
other impacts on traffic in accordance with the Maintenance of Traffic Plans. Coordinate and notify
Owner when changes in traffic patterns are planned, so they may notify the public.
4. Periodically observe the Contractor’s documentation pertaining to the U.S. Army Corps of
Engineers Nationwide Permit, National Pollutant Discharge Elimination System (NPDES) permits
and Short Term Activity Authorization permits issued by the Arkansas Department of Environmental
Quality.
E. CONSTRUCTION CLOSEOUT
Upon notification from the Owner that the project is nearing substantial completion, the CONSULTANT will
perform the following services to close the project out:
1. Upon the OWNERs request, the CONSULTANT will perform one (1) pre-final walk through, with
the OWNER and contractor to observe and document any testing to be completed, and/or
construction scope items remaining to be completed. Upon completion of the pre-final walk-
through, the CONSULTANT will prepare a report and a general list of tasks remaining to complete
the scope of work for the project and will send this to OWNER. This list will not be inclusive of all
items to be completed for the project but will generally identify areas of the project where scope of
work remains to be completed.
2. Upon the OWNERs request, the CONSULTANT will perform one (1) Substantial Completion Walk
Through with the OWNER and Contractor. The CONSULTANT will document punch list items and
will include pictures where feasible. The punch list and pictures will be provided to the OWNER and
Contractor after completion of the walk through. The OWNER shall be responsible for determination
of whether the project qualifies as Substantially Complete.
3. Once the OWNER has determined that the project construction is Substantially Complete, the
CONSULTANT will assist the OWNER in preparing a Certificate of Substantial Completion.
4. Following the issuance of the Certificate of Substantial Completion, the CONSULTANT will observe
the progress of completion of punch list items and communicate opinion of progress with the
OWNER.
5. Upon the OWNERs request, the CONSULTANT will perform one (1) Final Walk Through with the
OWNER and Contractor. The CONSULTANT will document punch list items and will include
pictures where feasible. The punch list and pictures will be provided to the OWNER and Contractor
after completion of the walk through. The OWNER shall be responsible for determination of whether
the project qualifies for Final Completion.
6. Once the OWNER has determined that the project construction is Complete, the CONSULTANT
will assist the OWNER preparation of a Certificate of Final Completion.
7. Upon issuance of the Certificate of Final Completion, the CONSULTANT will prepare and provide
Record Drawings based on CONSULTANT’s and Contractor’s field redlines and an as-built survey
of water and sewer features visible at the surface. CONSULTANT’s designs record drawing
documents produced by CONSULTANT shall be for information only, and shall not be used, re-
used or altered, either in whole or in part for any other purpose by OWNER or any other party
OWNER AGREEMENT TASK ORDER NO. 4
4
without release of liability from the CONSULTANT. Any such use by OWNER is at OWNER’s sole
risk and liability and CONSULTANT shall be held harmless from the same. The CONSULTANT will
assist the owner in preparation of a final reconciliation change orders (if necessary) for the project
and will coordinate with the Contractor and OWNER to prepare the final pay application.
F. CONSTRUCTION MATERIALS TESTING
The CONSULTANT will perform construction materials testing of component materials and completed work
items to observe and document if the construction, as and where tested, is in general conformance with the
plans, specifications and contract provisions. It is expected that services for construction materials testing
will include the following tests, each listed with the anticipated number of trips required for this project:
· Proof roll and subgrade testing (23 Trips, 1 hour each trip, Geotechnical Engineer or Rep.),
· Laboratory soil sampling and testing (Gradation/Proctor) (6 Samples/tests),
· Field density testing (54 trips, 4 tests per trip, Certified Tech),
· Reinforcing bar observations (18 trips, 1 hour each trip, Geotechnical Engineer or Rep.),
· Cast-in-place concrete testing, (60 Trips, 1 hour each trip, Certified Tech),
· Asphalt Field Coring (2 Trips, 11 Cores total, Certified Tech),
· Asphalt Testing (6 Trips for Samples - Certified Tech, 8 hours lab work).
The CONSULTANT will 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” unless the Project
Manual specifies differently. The Testing Laboratory shall be certified by the Center for Training of
Transportation Professionals (CTTP).
Results from tests performed and materials sampled will be provided to the OWNER and Contractor in a
timely manner. The CONSULTANT will maintain a record of these results and document testing activities
on daily observation reports. In the event of a test that does not comply with the project plans or
specifications, the CONSULTANT will provide options to the OWNER regarding acceptance, replacement,
or other remedies. The acceptance or rejection of such work, whether as-is, replaced, or remedied in some
way, is solely up to the OWNER, and CONSULTANT assumes no liability for the work performed by the
Contractor.
OWNER understands and agrees that testing is not exhaustive and does not guarantee that all work and
materials incorporated into the project by the construction contractor will be conforming, or that
nonconforming materials or work will be revealed beyond the quantity of work observed and tested.
G. RIGHT OF WAY AND EASEMENT STAKING – IF REQUESTED
If Requested by the OWNER, the CONSULTANT will provide construction layout services of Right-of-Way
and Easement lines for the project. Services will include layout of points for the following lines: right-of-way,
drainage easements, general utility easements, grading and utility easements, and temporary construction
easements. Points will be staked at 200-foot intervals, except where line or curve segments are less than
200-feet long, in which case corners or changes in direction will also be staked. Points will be marked with
60d nails with pink whiskers attached and 36” tall wooden lathes including a written description of the point.
It is the Contractor’s responsibility to protect and maintain these stakes. This scope of work includes staking
each of the lines mentioned above up to two times as requested by the OWNER. Any additional staking will
be the responsibility of the Contractor. Staking is not for the reliance of any third party right of way or
easement user, who has the sole responsibility and liability to determine location of any installation.
TITLE I SERVICES HOURS SALARY FEE EXPENSES TOTAL
PROJECT MANAGEMENT 160 $24,597 $2,952 $0 $27,549
SUPPLEMENTAL AGREEMENT NO. 3 84 $12,427 $1,491 $0 $13,918
ENVIRONMENTAL CLEARANCE DOCUMENTATION 342 $46,702 $5,604 $3,536 $55,842
SUPPLEMENTAL AGREEMENT NO. 1 -67 ($9,375) ($1,125) ($700) ($11,200)
SUPPLEMENTAL AGREEMENT NO. 2 154 $23,328 $2,799 $2,155 $28,282
TRAFFIC DESIGN & PLANS 138 $18,673 $2,241 $249 $21,163
ROADWAY DESIGN & PLANS 2,447 $318,521 $38,223 $175 $356,919
SUPPLEMENTAL AGREEMENT NO. 3 1,010 $133,159 $15,979 $0 $149,138
BRIDGE DESIGN & PLANS 0 $0 $0 $0 $0
FLOODPLAIN MODELING 0 $0 $0 $0 $0
ROW DESIGN & PLANS
FIELD SURVEYS AND MAPPING
GEOTECHNICAL
WATER & SEWER RELOCATION DESIGN (SA NO. 1)378 $47,198 $5,664 $105 $52,967
ORIG. SUBTOTAL TITLE I 3,087 $408,493 $49,020 $3,960 $461,473
SUPPLEMENTAL NO. 1 SUBTOTAL TITLE I 311 $37,823 $4,539 ($595) $41,767
SUPPLEMENTAL NO. 2 SUBTOTAL TITLE I 154 $23,328 $2,799 $2,155 $28,282
SUPPLEMENTAL NO. 3 SUBTOTAL TITLE I 1,094 $145,586 $17,470 $0 $163,056
ADJ. SUBTOTAL TITLE I 4,646 $615,230 $73,828 $5,520 $694,578
SUBCONSULTANTS TITLE I
McClelland Consulting Engineers, Inc. 1,798 $124,843 $14,981 $16,889 $156,713
Harbor Environmental (SA No. 1) 87 $8,964 $1,076 $1,160 $11,200
ORIG. SUBTOTAL SUBCONSULTANTS TITLE I 1,798 $124,843 $14,981 $16,889 $156,713
ADJ. SUBTOTAL SUBCONSULTANTS TITLE I 1,885 $133,807 $16,057 $18,049 $167,913
ORIG. TOTAL TITLE I 4,885 $533,336 $64,001 $20,849 $618,186
ADJ. TOTAL TITLE I 6,531 $749,037 $89,885 $23,569 $862,491
TITLE II SERVICES HOURS SALARY FEE EXPENSES TOTAL
CONSTRUCTION ADMIN. & OBSERVATION - SA#3 3,658 $651,198 $0 $8,231 $659,429
SUBCONSULTANTS TITLE II
CMT - CONSTRUCTION MATERIALS TESTING - SA#3 574 $44,354 $0 $11,797 $56,151
ROW & EASEMENT STAKING - SA#3 360 $31,332 $0 $595 $31,927
ASBUILT - RECORD DRAWING SURVEY - SA#3 220 $18,889 $0 $63 $18,952
ORIG. TOTAL TITLE II 0 $0 $0 $0 $0
ADJ. TOTAL TITLE II 4,812 $745,773 $0 $20,686 $766,459
ORIG. TOTAL PROJECT 4,885 $533,336 $64,001 $20,849 $618,186
ADJ. TOTAL PROJECT 11,343 $1,494,810 $89,885 $44,255 $1,628,950
Attachment A-2 - Justification of Costs and Fees
May 15, 2025
TOTAL PROJECT SUMMARY-SA#3
Subconsultant performed services
Subconsultant performed services
JOB NO. 040720, Poplar St. - Drake St. (Fayetteville) (S)
Washington County
Subconsultant performed services
DESIGN CHANGES SINCE 90% - SA#3
TASK PD PM SE STFE CAD ASST TOTAL
Final Design (90%/100%) - Design Changes (The following changes were requested between 90% and 100%)
#1 - Design, Model and Detail U-turn at 3 locations 2 4 16 12 40 74
#2 - Design, Detail and Special Provisions - City Fiber Conduit and Pull Boxes 8 16 16 24 64
#3 - Garland Ave Street Lighting - Photometric Design, Light and Foundation Detail, Conduit Routing & SPs 2 16 24 40 40 122
#4 - Meadow Valley Trail Lighting - Photometric Design, Light and Foundation Detail, Conduit Routing & SPs 2 10 8 20 16 56
#5 - Design and Detail Lighting Electrical Systems (Controllers, Conductors, Circuits, Conduit Size) 2 12 20 60 40 134
#6 - Design, Detail and Special Provision - RRFB's for Multilane Ped Crossings at RBT 2 8 8 24 42
#7 - Design, Detail and Special Provision - Transit Stop Locations for Razorback Transit 2 8 20 16 46
#8 - Design, Detail and Special Provisions - Concrete Paving for RBT, Medians and at NW Corner Drake 2 10 16 20 48
#9 - Design and Detail modification to U of A Parking lot along W. Altheimer Dr. just west of project limits. 2 6 16 24
#10 - Elm St. was gravel, but then changed to paved street. Adjust plans to show intersection improvements 2 8 12 22
#11 - Expand Meadow Valley Trail Reconstruction by +200ft north of Ernie Jacks due to utility construction 8 8 16
#12 - Change 12 crosswalks to TR1 for Trail crossings 2 8 32 42
#13 - Change sidewalk to Trail at NE Corner Drake/Garland to match TR1 Trail Crossing 2 8 12 22
#14 - Plan Changes to Support ROW Acquisition at VIA Property (Drainage changes, and Easement Changes) 8 12 24 44
#15 - Plan Changes to Support ROW Acquisition at Garland Townhouses Property 6 8 20 34
#16 - Meetings, Coordination and document preparation for ROW discussions with UA 4 10 16 30
#17 - Update Quantities, Bid Schedule and OPCC due to design changes 1-17 above 8 16 20 32 76
#18 - Additional site visits to confirm changes in the field survey data 4 24 28
#19 - Regulation Changes - PROWAG / MUTCD Compliance Updates 2 12 12 26
#20 - U of A - Special Fencing (Develop Details, Special Provisions and Update Plans and Bid Docs) 12 24 24 60
TOTAL MH - DESIGN CHANGES SINCE 90% - SA#3 18 134 126 304 428 0 1,010
Category - Description Rate MH Amount
PD - Project Director $75.00 18 $1,350
PM - Project Manager $65.00 134 $8,710
SE - Senior Civil Engineer $50.00 126 $6,300
STFE - Staff Civil Engineer $40.00 304 $12,160
CAD - CAD $30.00 428 $12,840
ASST - Project Assistant $25.00 0 $0
Subtotal $41,360
Overhead 221.95% $91,799
Subtotal $133,159
Fee $15,979
FCCM 0.00% $0
Subtotal Labor Costs $149,138
ITEM Quantity Unit Rate Amount
Subtotal Expenses $0
TOTAL COSTS - DESIGN CHANGES SINCE 90% - SA#3 $149,138
Description
90% Plans were issued on July 9, 2021. The list of changes above, and those hours associated with each task are based time needed to adjust the construction documents.
EXPENSES
BASIS OF ESTIMATE
LABOR COSTS
Attachment A-2 - Justification of Costs and Fees
May 15, 2025
JOB NO. 040720, Poplar St. - Drake St. (Fayetteville) (S)
Washington County
MANHOURS
A2-1
INCREASED PROJECT ADMINISTRATION DUE TO SCHEDULE DELAYS - SA#3
TASK PD PM SE STRE STFE CAD ASST TOTAL
General
Progress Reports and Invoicing 10 34 44
Project Meetings & Client Coordination 24 16 40
TOTAL MH - INCREASED PROJECT ADMINISTRATION DUE TO SCHEDULE DELAYS - SA#3 0 34 16 0 0 0 34 84
Category - Description Rate MH Amount
PD - Project Director $75.00 0 $0
PM - Project Manager $65.00 34 $2,210
SE - Senior Civil Engineer $50.00 16 $800
STFE - Staff Civil Engineer $40.00 0 $0
CAD - CAD $30.00 0 $0
ASST - Project Assistant $25.00 34 $850
Subtotal $3,860
Overhead 221.95% $8,567
Subtotal $12,427
Fee $1,491
FCCM 0.00% $0
Subtotal Labor Costs $13,918
ITEM Quantity Unit Rate Amount
Printing (8 1/2 x 11) each $0.08 $0
Printing (11 x 17) each $0.35 $0
Plotting (22 x 34) each $1.35 $0
Mileage (2 trips at 850 miles, 2 trips at 400 miles ) mile $0.535 $0
Lodging each $91.00 $0
Meals (per day) each $51.00 $0
Subtotal Expenses $0
TOTAL COSTS - INCREASED PROJECT ADMINISTRATION DUE TO SCHEDULE DELAYS - SA#3 $13,918
Description
Extended project timeline resulted in additional timeframe, invoicing, client meetings, and coordination for the project.
LABOR COSTS
EXPENSES
BASIS OF ESTIMATE
Attachment A-2 - Justification of Costs and Fees
May 15, 2025
JOB NO. 040720, Poplar St. - Drake St. (Fayetteville) (S)
Washington County
MANHOURS
A2-1
CONSTRUCTION ADMIN. & OBSERVATION - SA#3
TASK PD PM SE FREP STFE CAD ASST TOTAL
PROJECT MANAGEMENT AND ADMIN
Project Reports & Invoicing (20 months)20 80 160 260
PRECONSTRUCTION
IFC Contract Documents, NTP, Insurance, Bonding, etc.2 4 2 8 16
Pre-Construction Conference 4 4 8 8 8 32
Submittal Review 10 20 20 80 130
CONSTRUCTION OBSERVATION
Daily Observation (avg. 20 hrs/wk x 80 wks)30 200 1,170 200 1,600
Observation Reports, Progress Reports and Scheduling (avg. 5 hrs/wk x 80 wks)300 100 400
Pay Applications and Verification of Quanitities (1 per month = 20)20 120 60 200
Bi-Weekly Progress Meetings (Agenda, Meeting, and Minutes) (78 meetings)20 20 100 78 218
RFI's, Work Orders and Field Change Directive 40 20 180 40 80 360
Material Testing (FREP on Site for all testing, 2hr / test, 60 tests)120 120
Water and Sewer Testing (FREP on Site for all testing)100 100
Signals Testing 16 16
CONSTRUCTION CLOSEOUT
Final Inspection (Anticipate 3 inspections, prefinal, S.C. & F.C.)24 24 24 72
Punch List and Pictures 8 20 16 44
Final Reconcilliation Change Order 2 8 10
Record Drawings 10 20 10 40 80
TOTAL MH - CONSTRUCTION ADMIN. & OBSERVATION - SA#3 26 244 302 2,190 616 120 160 3,658
Category - Description Rate MH Amount
PD - Project Director $80.00 26 $2,080
PM - Project Manager $70.00 244 $17,080
SE - Senior Civil Engineer $55.00 302 $16,610
FREP - Field Representative $45.00 2,190 $98,550
STFE - Staff Civil Engineer $40.00 616 $24,640
CAD - CAD $35.00 120 $4,200
ASST - Project Assistant $30.00 160 $4,800
Subtotal $167,960
Title II Multiplier (FY23)3.877 $651,198
Subtotal Labor Costs $651,198
ITEM Quantity Unit Rate Amount
Printing (8 1/2 x 11) (Project Manual is 660 sheets, 4 copies)2,640 each $0.08 $211
Printing (11 x 17) (Plan Set is 150 Sheets, 4 half size copies)600 each $0.35 $210
Plotting (22 x 34) (Plan Set is 150 Sheets, 4 full size copies)600 each $1.35 $810
Mileage (estimate 400 working days = 500 trips @20 mi. per trip )10,000 mile $0.700 $7,000
Subtotal Expenses $8,231
TOTAL COSTS - CONSTRUCTION ADMIN. & OBSERVATION - SA#3 $659,429
Description
The basis of these Title II services is what is anticipated to be necessary to provide comprehensive construction observation and administration. This is
based on a construction duration of 20 months and the scope of work described in the Issued for Bid project documents. Changes to the project scope, or
changes in the duration of the construction contract from what are stated herein may warrant revisions to the Title II services.
BASIS OF ESTIMATE
EXPENSES
Attachment A-2 - Justification of Costs and Fees
April 10, 2025
JOB NO. 040720, Poplar St. - Drake St. (Fayetteville) (S)
Washington County
MANHOURS
LABOR COSTS
1 of 1
TITLE I SERVICES HOURS SALARY FEE EXPENSES TOTAL
ENVIRONMENTAL CLEARANCE DOCUMENTATION-SA#1 87 $8,964 $1,076 $1,160 $11,200
ROADWAY 84 $10,512 $1,261 $0 $11,773
FIELD SURVEYS AND MAPPING 998 $66,208 $7,945 $1,445 $75,598
ROW DESIGN & PLANS 547 $36,855 $4,423 $0 $41,278
GEOTECHNICAL 169 $11,268 $1,352 $15,444 $28,064
ORIG. SUBCONSULTANT TOTAL TITLE I 1,798 $124,843 $14,981 $16,889 $156,713
SUBCONSULTANT TOTAL TITLE I - SA#1 87 $8,964 $1,076 $1,160 $11,200
ADJ. SUBCONSULTANT TOTAL TITLE I 1,885 $133,807 $16,057 $18,049 $167,913
TITLE II SERVICES HOURS SALARY FEE EXPENSES TOTAL
CMT - CONSTRUCTION MATERIALS TESTING 574 $44,354 $0 $11,797 $56,151
ROW & EASEMENT STAKING 360 $31,332 $0 $595 $31,927
AS BUILT - RECORD DRAWING SURVEY 220 $18,889 $0 $63 $18,952
ORIG. SUBCONSULTANT TOTAL TITLE II 0 $0 $0 $0 $0
SUBCONSULTANT TOTAL TITLE II - SA#3 1,154 $94,575 $0 $12,455 $107,030
ADJ. SUBCONSULTANT TOTAL TITLE II 1,154 $94,575 $0 $12,455 $107,030
Attachment A-2 - Justification of Costs and Fees
May 15, 2025
JOB NO. 040720, Poplar St. - Drake St. (Fayetteville) (S)
Washington County
SUBCONSULTANT SUMMARY-SA#3
CMT - CONSTRUCTION MATERIALS TESTING - SA#3 McClelland Consulting Engineers, Inc.
TASK GE PE CLR IV LT IV LT V LT VI LT VIII TOTAL
Construction Materials Testing & Reports 61 162 124 347
Special Inspections & Reports 12 35 55 35 137
Project & Design Coordination 25 65 90
TOTAL MH - CMT 25 77 96 162 124 55 35 0 0 0 574
Category - Description Rate MH Amount
GE - Geotechnical Engineer $55.40 25 $1,385
PE - Project Engineer $43.88 77 $3,379
CLR IV - Clerical IV $23.00 96 $2,208
LT IV - Lab Technician IV $19.00 162 $3,078
LT V - Lab Technician V $21.00 124 $2,604
LT VI - Lab Technician VI $23.00 55 $1,265
LT VIII - Lab Technician VIII $27.00 35 $945
0 $0
0 $0
0 $0
Subtotal $14,864
Title II Multiplier (FY23)2.984 $44,354
Subtotal Labor Costs $44,354
ITEM Quantity Unit Rate Amount
Mileage 1,392 ea $0.70 $974
Densities 216 ea $18.00 $3,888
Standard Proctor Test (AASHTO T99)2 ea $250.00 $500
Modified Proctor Test (AASHTO T180)2 ea $300.00 $600
Class 7 Aggregate Gradation (AASHTO T11 & T27)2 ea $225.00 $450
Concrete Cylinder Specimens 200 ea $25.00 $5,000
Asphalt Cores for Laboratory Analysis 11 ea $35.00 $385
$0
$0
$0
Subtotal Expenses $11,797
TOTAL COSTS - GEOTECHNICAL $56,151
Estimated number of trips for each testing service is based on experience with projects in the area with similar scopes and sizes. Fees are directly related to the number of trips
made for each service and time spent on site. If the project scope changes prior to start of construction, please allow for the review/revision of this document.
EXPENSES
BASIS OF ESTIMATE
Attachment A-2 - Justification of Costs and Fees
May 15, 2025
JOB NO. 040720, Poplar St. - Drake St. (Fayetteville) (S)
Washington County
MANHOURS
LABOR COSTS
A2-1
ROW & EASEMENT STAKING - SA#3 McClelland Consulting Engineers, Inc.
TASK PRE TM PLS PC CREW SUR TECH TOTAL
Survey Field Crew
Staking of Right-of-way lines
Staking Grading Utility Easement Lines (GUE)
Staking General Utility Easement Lines (GEN)
Staking Drainage Easement Lines (DE)
Staking Temporary Construction Easement (TCE)
120 120 240
PLS / Project Manager
Office Computation / Project Management 60 60
Cad Technician
Drafting / Point Extraction / Line Work Extraction 60 60
TOTAL MH - CMT 0 0 60 120 120 60 0 0 0 360
Category - Description Rate MH Amount
PRE - Principal Engineer $55.00 0 $0
TM - Task Manager $52.00 0 $0
PLS - Registered Land Surveyor $45.00 60 $2,700
PC - Survey Party Chief $30.00 120 $3,600
CREW - Survey Field Crewman $24.00 120 $2,880
SUR TECH - Survey Technician $22.00 60 $1,320
Subtotal $10,500
Title II Multiplier (FY23)2.984 $31,332
Subtotal Labor Costs $31,332
ITEM Quantity Unit Rate Amount
Mileage ( 15 days @ 9 miles per day)135 ea $0.70 $95
Layout supplies: Lathes, nails, whiskers, etc.1 ea $500.00 $500
Subtotal Expenses $595
TOTAL COSTS - ROW & EASEMENT STAKING $31,927
EXPENSES
BASIS OF ESTIMATE
Staking will be as requested by Consultant and Owner.
Includes setting ROW and Easement Stakes twice based on request from City of Fayetteville, in anticipation that utility relocations will nock some stakes out and those will
need to be reset.
Attachment A-2 - Justification of Costs and Fees
May 15, 2025
JOB NO. 040720, Poplar St. - Drake St. (Fayetteville) (S)
Washington County
MANHOURS
LABOR COSTS
A2-1
ASBUILT - RECORD DRAWING SURVEY - SA#3 McClelland Consulting Engineers, Inc.
TASK PRE TM PLS PC CREW SUR TECH TOTAL
Field Survey to locate water and sewer
Conduct as built survey of water and sewer features 80 80 160
PLS / Project Management
Office Computation / Project Management 30 30
Cad Technician
Data Processing / Drafting 30 30
TOTAL MH - CMT 0 0 30 80 80 30 0 0 0 0 220
Category - Description Rate MH Amount
PRE - Principal Engineer $55.00 0 $0
TM - Task Manager $52.00 0 $0
PLS - Registered Land Surveyor $45.00 30 $1,350
PC - Survey Party Chief $30.00 80 $2,400
CREW - Survey Field Crewman $24.00 80 $1,920
SUR TECH - Survey Technician $22.00 30 $660
Subtotal $6,330
Title II Multiplier (FY23)2.984 $18,889
Subtotal Labor Costs $18,889
ITEM Quantity Unit Rate Amount
Mileage (10 days @ 9 miles per day)90 ea $0.70 $63
Subtotal Expenses $63
TOTAL COSTS - ASBUILT - RECORD DRAWING SURVEY $18,952
EXPENSES
BASIS OF ESTIMATE
Attachment A-2 - Justification of Costs and Fees
May 15, 2025
JOB NO. 040720, Poplar St. - Drake St. (Fayetteville) (S)
Washington County
MANHOURS
LABOR COSTS
A2-1
Supplemental Agreement No. 1
To
Subconsultant Agreement
Job No. 040720
Poplar St. – Drake St. (Fayetteville) (S)
Washington County
Date: ____________
WHEREAS,
WHEREAS, McClelland Consulting Engineers, Inc. (“Subconsultant”) and Burns & McDonnell
Engineering Company, Inc.(“Consultant”) entered into an Agreement for Professional Services on
June 4, 2019 in connection with the Agreement for Engineering Services (“Prime Agreement”)
between the City of Fayetteville (“Owner”) and Consultant dated June 4, 2019 for Job 040720;
and,
WHEREAS, the Owner and Consultant have modified the Prime Agreement with Supplemental
Agreement #3; and,
WHEREAS, the Consultant requested additional work of the Subconsultant in addition to that
defined in their agreement:
NOW THEREFORE, the following modifications will be made to the Subconsultant Agreement:
MODIFICATIONS:
1) Section “2. Description of Project and Services to be Provided” shall be modified to
include:
2.6 Construction Materials Testing
The Subconsultant will perform construction materials testing of component
materials and completed work items to determine if the materials and
workmanship incorporated in the project are in substantial conformity with the
plans, specifications and contract provisions. It is expected that services for
construction materials testing may include but are not limited to proof roll and
subgrade testing, laboratory soil sampling and testing (Gradation/Proctor), field
density testing, reinforcing bar observations, cast-in-place concrete testing, and
asphalt testing.
The Subconsultant will provide the 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” unless the Project Manual specifies
differently. The Testing Laboratory shall be certified by the Center for Training of
Transportation Professionals (CTTP).
Results from tests performed and materials sampled will be provided to the
Consultant, Owner and Contractor in a timely manner.
2.7 Construction Layout Services – If Requested
If Requested by Consultant, the Subconsultant will provide construction layout
services of Right-of-Way and Easement lines for the project. Services will
include layout of points for the following lines: right-of-way, drainage easements,
general utility easements, grading and utility easements, and temporary
construction easements. Points will be staked at 200-foot intervals, except
where line or curve segments are less than 200-feet long, in which case corners
09/02/2025
or changes in direction will also be staked. Points will be marked with 60d nails
with pink whiskers attached and 36” tall wooden lathes including the description
of the point.
2.8 As Built – Record Drawing Survey
The Subconsultant will conduct as built survey services to identify and locate
water and sewer features installed with the project that are visible at the surface.
Survey data will be provided to the Consultant in Civil 3D format. Data will be
used by the Consultant to create record drawings of water and sewer
improvements for the project.
2) Section “3. Costs, Fees, Payments and Rate Schedules” shall be modified to include:
3.9 “Title II Services Ceiling Price.” The Title II Services Ceiling Price for this
Agreement is $107,030.
4.0 “Contract Ceiling Price.” The Contract Ceiling Price for this Agreement is
$263,743.00. The Contract Ceiling Price is the maximum aggregate amount of
all payments that the Consultant may become obligated to make under this
Agreement. In no event, unless modified in writing, shall total payments by the
Consultant under this Agreement exceed the Contract Ceiling Price. The
Subconsultant shall not be entitled to receive adjustment, reimbursement, or
payment, nor shall the Consultant, its officers, agents, employees, or
representatives, incur any liability for, any fee or cost, exceeding the contract
Ceiling Price.
3) See Attachment A-2 for modifications to Justification of Costs and Fees.
IN WITNESS WHEREOF, the parties execute this Supplemental Agreement No. 1, to be effective
upon the date set out above.
BURNS & MCDONNELL MCCLELLAND CONSULTING
ENGINEERING COMPANY, INC. ENGINEERS, INC.
BY:________________________ BY:_______________________
Steven Beam, P.E. Steven J. Head, P.E.
Business Manager Principal | Department Head
AGREEMENT OF UNDERSTANDING
BETWEEN
THE CITY OF FAYETTEVILLE
AND
THE ARKANSAS DEPARTMENT OF TRANSPORTATION
RELATIVE TO
Implementation of Highway 112 Improvements between Highway L6 and Interstate 49 in
Fayetteville, Washington County (hereinafter called the "Projects").
WHEREAS, the City of Fayetteville (hereinafter called the "City") has expressed interest in
partnering with the Arkansas Department of Transportation (hereinafter called the "Department")
for the Projects; and
WHEREAS, Resolution No. 27-17 from the City agrees to contribute $3,358,600 for the
Projects and to accept ownership and responsibility of the portions of Highway ll2 between
Highway 16 and Interstate 49 upon completion of the improvements; and
WHEREAS, Arkansas State Highway Commission Minute Order 2017-012 has authorized the
Director to enter into the necessary partnering agreements with the City for the Projects; and
WHEREAS, it is understood that the City and the Department will adhere to the General
Requirements for Recipients and Sub-Recipients Concerning Disadvantaged Business
Enterprises (DBEs) (Attachment A) and that, as part of these requirements, the Department may
set goals for DBE participation in the Project, ranging from 0olo to 100%io, that are practical and
related to the potential availability of DBEs in desired areas of expertise.
IT IS HEREBY AGREED that the City and the Department will accept the additional
responsibilities and assigned duties as described hereinafter.
THE CITY WILL:
1. Be responsible for the following in relation to Job 040582, Razorback Rd.-Garland Ave.
(Hwy. 112) (Fayetteville)(S) and overlays on Highwayll2 from Maple Street to North
Street and from Leroy Pond Drive to the beginning of Job 040582:
a. Be responsible for $3,358,600 in project costs as shown in Attachment B for
Job 040582.
b. Be responsible for any increases in construction, right of way, or utility costs
resulting from changes in project scope proposed by the City.
c. Be responsible for any desired revisions to the current design of Job 040582, along
with associated engineering costs.
d. Be responsible for any costs resulting from inclusion of desired revisions in project
scope outside the Department's typical overlay design for the Highway 112 overlays.
e. Prepare plans, specifications, and a cost estimate for construction. A registered
professional engineer must sign the plans and specifications for the Project. (See
Attachment C for items to be included in the bid proposal.)
f. Understand that expenditures for work performed by the City's forces (including
preliminary and construction engineering, environmental documentation, and
right of way acquisition services) are not eligible for reimbursement with federal
funds.
g. Ensure that the plans and specifications comply with the Americans with Disabilities
Act (ADA), the American Association of State Highway and Transportation Officials
(AASHTO) design standards, and all other applicable state and federal regulations,
including airport clearance when necessary, for the type of work involved.
h. Submit final plans for Department review.
i. Submit a certification letter (Attachment D), including all items noted, to the
Department when requesting authority to advertise the Projects for construction bids.
j. Advertise for bids in accordance with federal procedures as shown in Attachment E.
NOTE: FHWA authorization and Department approval must be given prior to
advertising for construction bids.
k. Forward a copy of all addenda issued for the Project during the advertisement to the
Department.
l. After bids are opened and reviewed, submit a Certification Letter Requesting
Concurrence in Award (Attachment F), including all items noted, to the Department.
m. Prior to issuing the notice to proceed to the Contractor, hold a pre-construction
meeting with the Contractor and invite the Department's Resident Engineer assigned
to the Project.
n. Make payments to the contractor for work accomplished in accordance with the plans
and specifications. Then request reimbursement from the Department for costs
exceeding $2,359,118 on the Construction Certification and Reimbursement Request
(CCRR) form (Attachment G). Reimbursement requests should be submitted, at
minimum, every three (3) months and not more than once per month.
o. Provide construction engineering and inspection services, including associated costs,
for the Project.
p. Attach LPA Report of Daily Work Performed (Attachment H) for all days that
correspond with each CCRR submittal.
q. Prior to executing the work, submit construction contract change orders to the
Department's Resident Engineer in charge of reimbursements for review and
approval.
r. Be responsible for any increased costs resulting from desired revisions in project
scope, whether during the design phase or during construction as a change order.
s. Upon completion of the Project, hold a final acceptance meeting for the Project and
submit the LPA Final Acceptance Report form certifying that the Project was
accomplished in accordance with the plans and specifications (Attachment I). This
form must be signed by the engineer performing construction inspection on the
Project, the Department's Resident Engineer assigned to the project, the City's full-
time employee in responsible charge, and the City's Mayor.
t. Upon completion of these improvements to Highway ll2, accept ownership and
responsibility of the portion of Highway ll2, Section 0 between Highway 16
(W. 15th Street) and Highway lI2 Spur (Wedington Drive).
1
2. Be responsible for the following in relation to projects scheduled to widen Highway 112
between Poplar Street and Interstate 49:
a. Be responsible for hiring a consultant engineering firm(s) in accordance with the
Local Agency Consultant Selection Procedures (Attachment K) to provide
engineering services which include environmental documentation, preliminary
engineering, and construction engineering for the Project. NOTE: FHWA
authorization and Department approval must be given prior to issuing a work
order to the consultant for federal funds to be allowed in this phase.
b. Prepare plans, specifications, and a cost estimate for construction. A registered
professional engineer must sign the plans and specifications for the Project. (See
Attachment C for items to be included in the bid proposal.)
c. Understand that expenditures for work performed by the City's forces (including
preliminary and construction engineering, environmental documentation, and
right of way acquisition services) are not eligible for reimbursement with federal
funds.
d. Make periodic payments to the consultant for preliminary engineering for the Project
and request reimbursement from the Department. Reimbursement requests should be
submitted, at minimum, every three (3) months and not more than once per month.
e. Prepare the necessary environmental documentation as required by FHWA and
conduct any required public involvement meetings and public hearings.
f. Ensure that the plans and specifications comply with the Americans with Disabilities
Act (ADA), the American Association of State Highway and Transportation Officials
(AASHTO) design standards, and all other applicable state and federal regulations,
including airport clearance when necessary, for the type of work involved.
g. Before acquiring property or relocating utilities, contact the Department's Right of
Way Division to obtain the procedures for acquiring right-of-way and adjusting
utilities in compliance with federal regulations. NOTE: Failure to noti$ the
Department prior to initiating these phases of work may result in all project
expenditures being declared non-participating in federal funds.
h. Acquire property in accordance with the Uniform Relocation Assistance and Real
Property Acquisition Policies Act of 1970, as amended (commonly referred to as the
"Uniform Act"), and request reimbursement from the Department
i. Ensure the preparation of utility adjustment and right-of-way plans are in accordance
with Arkansas State Highway Commission Policy.
j. Provide a copy of the registered deed or other approved documentation and an
appropriate certification stating the City's clear and unencumbered title to any right-
of-way to be used for the Project (See Attachment L). NOTE: Any property that is
to become Department right-of-way must be acquired in the Highway
Commissionts name.
k. Submit plans at I}yo,30yo,60%o, and 90% completion stages for Department review.
l. Submit a certification letter (Attachment D), including all items noted, to the
Department when requesting authority to advertise the Project for construction bids.
m. Advertise for bids in accordance with federal procedures as shown in Attachment E.
NOTE: FHWA authorization and Department approval must be given prior to
advertising for construction bids.
-3-
n. Forward a copy of all addenda issued for the Project during the advertisement to the
Department.
o. After bids are opened and reviewed, submit a Certification Letter Requesting
Concurrence in Award (Attachment F), including all items noted, to the Department.
p. Prior to issuing the notice to proceed to the Contractor, hold a pre-construction
meeting with the Contractor and invite the Department's Resident Engineer assigned
to the Project.
q. Make periodic payments to the consultant for construction engineering for the Project
and request reimbursement from the Department. Reimbursement requests should be
submitted, at minimum, every three (3) months and not more than once per month.
r. Make payments to the contractor for work accomplished in accordance with the plans
and specifications and approved by the Department. Then request reimbursement
from the Department on the Construction Certihcation and Reimbursement Request
(CCRR) form (Attachment G). Reimbursement requests should be submitted, at
minimum, every three (3) months and not more than once per month.
s. Attach LPA Report of Daily Work Performed (Attachment H) for all days that
correspond with each CCRR submittal.
t. Prior to executing the work, submit construction contract change orders to the
Department's Resident Engineer in charge of reimbursements for review and
approval.
u. Be responsible for any increased costs resulting from desired revisions in project
scope that exceed typical highway design criteria, whether during the design phase or
during construction as a change order.
v. Upon completion of the Project, hold a final acceptance meeting for the Project and
submit the LPA Final Acceptance Report form certifying that the Project was
accomplished in accordance with the plans and specifications (Attachment I). This
form must be signed by the engineer performing construction inspection on the
Project, the Department's Resident Engineer assigned to the project, the City's full-
time employee in responsible charge, and the City's Mayor.
w. Upon completion of these improvements to Highway ll2, accept ownership and
responsibility of the portion of Highway 112, Section 1 between Highway 112 Spur
(Wedington Drive) and the northbound ramps of Interstate 49.
3. Notify the Department in writing who the City designates as its full-time employee to be in
responsible charge of the day to day oversight of the Projects (Attachment M). The duties
and functions of this person are to:
o Oversee project activities, including those dealing with cost, time, adherence to contract
requirements, construction quality and scope of Federal-aid projects;
o Maintain familiarity of day to day project operations, including project safety issues;
. Make or participate in decisions about changed conditions or scope changes that require
change orders and/or supplemental agreements;
o During construction, visit and review the project on a daily basis;
o Review financial processes, transactions and documentation to ensure that safeguards are
in place to minimize fraud, waste, and abuse;
-4-
o Direct project staff, City or consultant, to carry out project administration and contract
oversight, including proper documentation;
o Be aware of the qualifications, assignments and on-the-job performance of the City and
consultant staff at all stages of the project.
4. Maintain accounting records to adequately support reimbursement with Federal-aid funds
and be responsible for the inspection, measurement and documentation of pay items, and
certification of all work in accordance with the plans and specifications for the Projects and
for monitoring the Contractor and subcontractor(s) for compliance with the provisions of
FHWA-1273, Required Contract Provisions, Federal-aid Construction Contracts, and
Supplements.
5. Pay all unpaid claims for all materials, labor, and supplies entered into contingent or
incidental to the construction of said work or used in the course of said work including but
not limited to materials, labor, and supplies described in and provided for in Act Nos. 65 and
368 of 1929, ActNo. 82 of 1935, and Acts amendatory thereof.
6. Assure that its policies and practices with regard to its employees, dfly part of whose
compensation is reimbursed from federal funds, will be without regard to race, color,
religion, sex, national origin, age, or disability in compliance with the Civil Rights Act of
1964, the Age Discrimination in Employment Act of 1967, The Americans with Disabilities
Act of 1990, as amended, and Title 49 of the Code of Federal Regulations Part 21 (49 CFR
21), Nondiscrimination in Federally-Assisted Programs of the Department of Transportation.
7. Retain all records relating to inspection and certification, the Contractor's billing statements,
and any other files necessary to document the performance and completion of the work in
accordance with requirements of 49 CFR 18.42 - Uniform Administrative Requirements for
Grants and Cooperative Agreements to State and Local Governments (Attachment N).
8. Grant the right of access to the City's records pertinent to the Projects and the right to audit
by the Department and Federal Highway Administration ofhcials.
9. Be responsible for 100% of all project costs incurred should the Project not be completed as
specified.
10. Sign and transmit to the Department the Certification for Grants, Loans, and Cooperative
Agreements (Attachment O), which is necessary for Project participation.
I l. Repay to the Department the federal share of the cost of any portion of the Projects if, for any
reason, federal participation is removed due to actions or inactions of the City, its agents, its
employees, or its assigns or the City's consultants or contractors or their agents. Such actions
or inactions shall include, but are not limited to, federal non-participation arising from
problems with design plans, specifications, construction, change orders, construction
inspection, or contractor payment procedures. The City understands and agrees that the
Department may cause necessary funds to be withheld from the City 's Motor Fuel Tax
allotment should the City fail to pay to the Department any required funds, fail to complete
the Project as specified, or fail to adequately maintain or operate the Projects.
12. Be responsible for all costs not provided by the Federal Highway Administration or the
Department.
13. Repay to the Department the federal share of the cost of this project if for any reason the
Federal Highway Administration removes federal participation.
-5-
14. Retain total, direct control over the Projects throughout the life of all project improvements
outside of the Department's right-of-way and not, without prior approval from the
Department:
o sell, transfer, or otherwise abandon any portion of the Projects;
o change the intended use of the Projects;
o make significant alterations to any improvements constructed with Federal-aid funds; or
o cease maintenance or operation of a project due to the Project's obsolescence.
15. Be responsible for satisfactory maintenance and operation of all improvements and for
adopting regulations and ordinances as necsssary to ensure this. Failure to adequately
maintain and operate the Projects in accordance with Federal-aid requirements may result in
the City's repayment of federal funds and may result in withholding all future Federal-aid.
16. Submit to the Department a Single Audit in accordance with the Office of Management and
Budget (OMB) Circular A-133 each fiscal year that the City expends more than $500,000 of
Federal-aid from any federal source including, but not limited to, the U.S. Department of
Transportation. The fiscal year used for the reporting is based on the City's fiscal year. The
$500,000 threshold is subject to change after OMB periodic reviews.
17. Complete and transmit to the Department both pages of the Federal Funding Accountability
and Transparency Act (FFATA) Reporting Requirements (Attachment P).
18. Agree to promptly refund to the Department in full any and all revenue paid by the
Department based upon claims adjudicated by the Arkansas Claims Commission or other
legal forum sustained on account of the operations or actions of the City, including any act of
omission, neglect or misconduct of the City. This obligation survives the termination or
expiration of this Agreement.
THE DEPARTMENT WILL:
l. Be responsible for the following in relation to Job 040582, Razorback Rd.-Garland Ave.
(HwV. 112) (Fayetteville)(S) and overlays on Highwayll2 from Maple Street to North
Street and from Leroy Pond Drive to the beginning of Job 040582:
a. Be responsible for all funding beyond the City's share of Job 040582, except for any
increases in cost resulting from changes in project scope proposed by the City.
b. Provide the funding necessary to overlay the segments of Highway Il2. Costs will
be limited to those associated with the Department's typical overlay design.
c. Maintain an administrative file for the project and be responsible for administering
Federal-aid funds.
d. Provide environmental clearance for Highway 112 overlays.
e. Review final plans and specifications submitted by the City.
f. Ensure substantial compliance with federal contracting requirements through review
of the bidding proposal for inclusion of required federal forms, review of the
administration of the DBE program provisions, and general compliance with
23 CFR 635.
g. Advise the City when to proceed with advertisement of the Project for construction
bids.
h. Review and concur in award of the construction contract for the Project.
-6-
i. Ensure that the City and the City's consultant provide adequate supervision and
inspection of the Project by performing periodic inspections with the City's
representatives and their consultant to verify that the work being performed by the
City's contractor, and documented and certified by the City, meets the requirements
of the Project plans, specifications, and all applicable FHWA and Department
procedures. The Department intends to perform these inspections, at a minimum,
when the construction work is approximately l\Yo and 50% completed. The
Department will also participate in the final inspection of the Project.
j. Review and approve any necessary change orders for project/program eligibility.
k. Be responsible for increases in project costs due to change orders for normal bid item
adjustments.
l. Reimburse the City 100% for eligible construction costs approved in the CCRR form
(Attachment I). This reimbursement will be limited to the funding available at the
time payment is requested. If the payment requested exceeds the funding available at
the time, the difference will be reimbursed as additional funds for the Project become
available.
m. Subject to the availability of funding allocated for the Project, pay the City the
remaining amount due upon completion of the Project and submittal of the certified
LPA Final Acceptance Report form (Attachment K).
n. Upon completion of these improvements to Highway 112, remove the portion of
Highway 112, Section 0 between Highway 16 (W. l5th Street) and Highway 112
Spur (Wedington Drive) from the State Highway System and transfer ownership and
responsibility to the City.
2. Be responsible for the following in relation to projects scheduled to widen Highway 112
between Poplar Street and Interstate 49:
a. Provide the City the amount of funding necessary for all phases of work to develop
and construct the typical design section for an urban state highway, as shown on
Attachment J, for this portion of Highway 112.
b. Evaluate the proposed typical design section versus the typical design section for an
urban state highway, as shown on Attachment J, and determine how any changes will
affect the estimated cost. City-requested changes to the typical design section that are
determined to be budget-neutral will not require additional funding from the City.
c. Maintain an administrative file for the project and be responsible for administering
Federal-aid funds.
d. Coordinate with the City to procure required professional services such as design
consultants, construction engineering and inspection consultants, and right of way
consultants.
e. Review environmental documentation as prepared by the City
f. Review plans and specifications submitted by the City.
g. Reimburse the City 100% for eligible professional services, procured using
Department-approved procedures, upon review and approval of reimbursement
requests.
-7 -
h. Notify the City when right-of-way and/or utility plans are approved and the City may
proceed with right-of-way acquisition andlor utility adjustments.
i. Ensure substantial compliance with federal contracting requirements through review
of the bidding proposal for inclusion of required federal forms, review of the
administration of the DBE program provisions, and general compliance with
23 CFR 635.
j. Advise the City when to proceed with advertisement of the Project for construction
bids.
k. Review and concur in award of the construction contract for the Project.
L Ensure that the City and the City's consultant provide adequate supervision and
inspection of the Project by performing periodic inspections with the City's
representatives and their consultant to verify that the work being performed by the
City's contractor, and documented and certified by the City, meets the requirements
of the Project plans, specifications, and all applicable FHWA and Department
procedures. The Department intends to perform these inspections, at a minimum,
when the construction work is approximately llYo and 50olo completed. The
Department will also participate in the final inspection of the Project.
m. Review and approve any necessary change orders for project/program eligibility.
n. Be responsible for increases in project costs due to change orders for normal bid item
adjustments.
o. Reimburse the City 100% for eligible construction costs approved in the CCRR form
(Attachment G). This reimbursement will be limited to the funding available at the
time payment is requested. If the payment requested exceeds the funding available at
the time, the difference will be reimbursed as additional funds for the Project become
available.
p. Subject to the availability of funding allocated for the Project, pay the City the
remaining amount due upon completion of the Project and submittal of the certified
LPA Final Acceptance Report form (Attachment I).
q. Upon completion of these improvements to Highway 112, remove the portion of
Highwayll2, Section 1 between Highwayll2 Spur (Wedington Drive) and
Interstate 49 from the State Highway System and transfer ownership and
responsibility to the City.
-8-
IT IS FURTHER AGREED that should the City fail to fulfill its responsibilities and assigned
duties as related in this Agreement, such failure may disqualify the City from receiving future
Federal-aid highway funds,
IT IS FURTHER AGREED, that should the City fail to pay to the Department any required
funds due for project implementation or fail to complete the Project as specified in this
Agreement, or fail to adequately maintain or operate the Project, the Department may cause such
funds as may bc required to be withheld from the City's Motor Fuel Tax allotment.
IN WHEREOF, the parties thereto have executed this Agreement ttris I Qh day of
2017
ARKANSAS DEPARTMENT OF
TRANSPORTATION FAYETTEVILLE
Scott E. Bennett, P.E ordan
Director
Y^{'
Kit
City Attorney
ARKANSAS DEPARTIVIENT OF TRANSPORTATION
NOTICE OF NONDISCRIIlTINATION
'[he Arkansas Departmerlt of'Iransportation (Department) complies with all civil rights provisions offederal statutes arrd related authorities
that prohibit discrimination in proglarns and activities receiving lbderal iinancial assistancc. Therefbre, the Departmcnt does nol discriminate
on thc basis of racc, scx, color, agc, natirrnal origin, religion (not applicable as a protected group under lhe Federal Motor Canier Safety
Administration Title Vl Program), disability, Limited English Pro{iciency (LEP), or low-income slatus in the admission, access to and
treatmcnt in thc Dcpartment's programs and activitics, as wcll as the Department's hiring or enployment practices. Complaints of alleged
discrimination and inquiries regarding tho Deparlment's nondiscrimination polioies may be directed to Joanna P. McFodden Section Head -
EEO/DBE(ADA/504/TitleVlCoordinator),P.O.Box226l,t.ittleRock,AR 72203,(501)569-2298,(Voice/TTYTll),orrhefollowing
email address: josruj$.$Slli$ldurti&nlulgr)y
Free larrguage assistance for Limited English Proficient individuals is available upon request.
This notice is available liom the ADA/504ffitle VI Coordinator in large print, on audiotape and in Braillc.
-9-
Mailing address:
113 W. Mountain Street
Fayetteville, AR 72701
www.fayetteville-ar.gov
Transportation Committee Memo
2025-1888
Meeting of September 30, 2025
To: Transportation Committee
Thru:
From: Paul Libertini, Staff Engineer
Subject: North Street (Garland Ave to College Ave) – Agreement of Understanding with the
Arkansas Department of Transportation
Recommendation:
A Resolution to approve the Agreement of Understanding (AOU) with the Arkansas Department of
Transportation (ARDOT) for North Street from Garland Avenue to College Avenue, and approve a Budget
Adjustment in the amount of $375,000 to recognize federal-aid funding of $300,000 and the required 20% local
match of $75,000. The AOU requires signatures from the Mayor and the City Attorney.
Background:
In 2012, the Federal Transit Administration (FTA) and the Federal Highway Administration (FHWA)
designated the Fayetteville-Springdale-Rogers, AR-MO urbanized area as a Transportation Management
Area (TMA). This TMA designation provides Surface Transportation Block Grant Program – Attributable
(STBGP-A) funds to the Northwest Arkansas Regional Planning Commission (NWARPC) based on the
2010 Census Urbanized Area population of 295,083. The Urban Area continues to grow significantly to a
recorded 373,687 population in the 2020 Census. In becoming a TMA, the Northwest Arkansas Regional
Planning Commission, of which Fayetteville is a member, will have STBGP-A discretionary funding
available at approximately $12,000,000 per year. Under current legislation, these STBGP-A funds can be
utilized for all permitted transportation projects at the discretion of the TMA Policy Committee.
Resolution 60-25 authorized the Mayor to submit applications to the NWARPC for federal funding of which
North Street was one of the projects identified in this resolution. The City submitted an application for a
$500,000 grant of FFY 2026 STBGP-A funds. On June 17, 2025, the NWARPC awarded the City
$300,000 STBGP-A funds to be used in the Design/Environmental/ROW phases of this project. The City
must provide a 20% local match of $75,000 for a total of $375,000. This funding will get the project
started, but the City will be applying for additional federal funding annually.
Discussion:
The City has received a letter from Keli Wylie, Assistant Chief Engineer for ARDOT requesting that the Mayor
and the City Attorney sign the Agreement of Understanding (AOU) for the North Street Improvement project
which we be partially funded with federal funds. The AOU needs to be signed along with several other
documents that are included as attachments.
Budget/Staff Impact:
This project is based on an Agreement of Understanding with ARDOT in which Federal-aid money will pay
80% of the project amount and the City will pay the 20% match. Initially, the City will have to make
payments to the Consultant and then submit the required paperwork to ARDOT requesting the 80%
reimbursement. The City’s 20% matching funds of $75,000 for the professional services will be paid from
Mailing address:
113 W. Mountain Street
Fayetteville, AR 72701
www.fayetteville-ar.gov
the Streets Projects Bonds fund. The Federal-aid portion of $300,000 will be paid from the Bond Program
Grant Matching fund.
Account # Project # Amount
4601.860.7229-5860.02 46020.7229 $300,000
4702.860.7229-5860.02 46020.7229 $75,000
TOTAL $375,000
Attachments: SRF North Street - NWARPC Grant, BA North Street - NWARPC Grant, Letter from ARDOT to
Mayor Rawn dated August 19, 2025, North Street Agreement of Understanding (AOU), Letter Designating
Employee in Responsible Charge, Certification for Grants, Loans, and Cooperative Agreements, Federal
Funding Accountability and Transparency Act (FFATA), Resolution 60-25 Authorization to Apply for Federal
Funding
9/15/2025
Submitted Date
No
3,593,062.38$
-$
V20221130
Budgeted Item?
Does item have a direct cost?
Is a Budget Adjustment attached?
Total Amended Budget
Expenses (Actual+Encum)
Available Budget
Item Cost
Budget Adjustment
Remaining Budget
17,492,634.00$
13,899,571.62$
Yes
Yes 375,000.00$
3,968,062.38$
46020.7229
Project Number
Budget Impact:
Streets Bond Projects - North Street (Razorback
Greenway to College Ave)
Fund
Bond Program Grant Matching
Street Projects Bonds
4601.860.7229-5860.02
4702.860.7229-5860.02
Account Number
Project Title
City of Fayetteville Staff Review Form
2025-1762
Item ID
10/7/2025
City Council Meeting Date - Agenda Item Only
A Resolution to approve the Agreement of Understanding with the Arkansas Department of Transportation
(ARDOT) for North Street from Garland Avenue to College Avenue, and approve a Budget Adjustment in the
amount of $375,000 to recognize federal-aid funding of $300,000 and the required 20% local match of $75,000.
N/A for Non-Agenda Item
Action Recommendation:
Submitted By
Paul Libertini ENGINEERING (621)
Division / Department
Comments:
Purchase Order Number:
Change Order Number:
Previous Ordinance or Resolution #60-25
Approval Date:
Original Contract Number:
City of Fayetteville, Arkansas - Budget Adjustment (Agenda)
Budget Year
Requestor:
10/7/2025
2025-1762
D - (City Council)
/
TOTAL 300,000 300,000
Account Number Expense Revenue Project Sub.Detl AT Account NameGLACCOUNTEXPENSEREVENUEPROJECTSUBATDESCRIPTION X
4601.860.7229-4309.00 - 300,000 46020 7229 RE Federal Grants - Capital
4601.860.7229-5860.02 300,000 - 46020 7229 EX Capital Prof Svcs - Engineering/Architectural
4702.860.7229-5860.02 75,000 - 46020 7229 EX Capital Prof Svcs - Engineering/Architectural
4702.860.7999-5899.00 (75,000) - 46020 7999 EX Unallocated - Budget
- -
- -
- -
- -
- -
- -
- -
- -
- -
- -
- -
- -
- -
GLDATE:
Budget Division Date
Holly Black
9/15/2025 12:57 PM
TYPE:
JOURNAL #:
Adjustment Number
2025 Paul Libertini
ENGINEERING (621)Division
/Org2
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION:
v.2025826
RESOLUTION/ORDINANCE
Increase / (Decrease)Project.Sub#
Recognize $300,000 in FFY 2026 STBGP-A grant funds awarded by the Northwest Arkansas Regional Planning
Commission (NWARPC) and 20% local matching funds of $75,000 for the North Street (Garland to College) project.
COUNCIL DATE:
CHKD/POSTED:
ITEM ID#:
G:\Divs\Engineering\Engineering Design Services\Projects\BOND PROGRAM 2019\North Street Ph III - Job 041003\City Council &
Mayor Items\Agreement of Understanding\2025-1762 BA NWARPC Grant North St.xlsx 1 of 1
AGREEMENT OF UNDERSTANDING
BETWEEN
THE CITY OF FAYETTEVILLE
AND
THE NORTHWEST ARKANSAS REGIONAL PLANNING COMMISSION
AND
THE ARKANSAS DEPARTMENT OF TRANSPORTATION
In Cooperation with the
U.S. Department of Transportation, Federal Highway Administration
RELATIVE TO
Implementation of Job 041003, College Ave. – Garland Ave. (North St.) (Fayetteville) (S)
(hereinafter called the “Project”) as a Federal-aid Surface Transportation Block Grant
Program – Attributable (STBGP-A>200K) project.
WHEREAS, funding in the Infrastructure Investment and Jobs Act (IIJA) includes the following
Federal-aid funds for certain local projects:
Maximum
Federal % Minimum
Sponsor %
Preliminary Engineering by Consultant 80 20
Right of Way/Utilities 80 20
Construction 80 20
Construction Engineering by Consultant 80 20
Department Administrative Costs 80 20
WHEREAS, the City of Fayetteville (hereinafter called the “Sponsor”) has expressed its desire to
use Federal-aid funds for the eligible Project and to provide necessary matching cash share for
such funds; and
WHEREAS, the Sponsor has transmitted to the Arkansas Department of Transportation
(hereinafter called the “Department”) Resolution No. 60-25 from the Sponsor’s governing body
authorizing the Sponsor’s Chief Executive Officer (CEO) to execute agreements and contracts
with the Department for the Project; and
WHEREAS, the Northwest Arkansas Regional Planning Commission (hereinafter called the
“Commission”) awarded the Sponsor Federal-aid STBGP-A>200K funds; and
WHEREAS, funding participation will be subject to a limit of $300,000 maximum Federal-aid
STBGP-A>200K funds for the design, environmental, and right of way phases of the Project
and obligation limitation approved; and
WHEREAS, the Sponsor knows of no legal impediments to the completion of the Project; and
Agreement of Understanding Between the City of Fayetteville, the Northwest Arkansas Regional Planning Commission,
and the Arkansas Department of Transportation
-2-
WHEREAS, it is understood that the Sponsor and the Department will adhere to the General
Requirements for Recipients and Sub-Recipients Concerning Disadvantaged Business Enterprises
(DBEs) (Form LPA-001) and that, as part of these requirements, the Department may set goals for
DBE participation in the Project, ranging from 0% to 100%, that are practical and related to the
potential availability of DBEs in desired areas of expertise; and
WHEREAS, the Department has published the Arkansas Local Public Agency Project Manual
(available at www.ardot.gov/LPA) which outlines procedures and requirements which must be
followed during development and construction of the Project; and
WHEREAS, the parties agree, unless specifically stated otherwise, that the provisions of this
agreement are not intended to create or confer a third party benefit or right in any person or entity,
not a party to this agreement.
IT IS HEREBY AGREED that the Sponsor, Commission, and the Department, in cooperation
with the Federal Highway Administration (FHWA), will participate in a cooperative program for
implementation and will accept the responsibilities and assigned duties as described hereinafter.
THE SPONSOR WILL:
1. Notify the Department in writing who the Sponsor designates as its full-time employee to be
in responsible charge of the day to day oversight of the Project (Form LPA-005). If the
designated full-time employee changes, the Sponsor must notify the Department by
resubmitting Form LPA-005. The duties and functions of this person are:
• Oversee project activities, including those dealing with cost, time, adherence to contract
requirements, construction quality and scope of Federal-aid projects;
• Maintain familiarity of day to day project operations, including project safety issues;
• Make or participate in decisions about changed conditions or scope changes that require
change orders and/or supplemental agreements;
• During construction, visit and review the project on a daily basis;
• Review financial processes, transactions, and documentation to ensure that safeguards are
in place to minimize fraud, waste, and abuse;
• Direct project staff, Sponsor or consultant, to carry out project administration and contract
oversight, including proper documentation; and
• Be aware of the qualifications, assignments and on-the-job performance of the Sponsor and
consultant staff at all stages of the project.
2. Initially submit to the Department $1,000 (20%) to be matched by $4,000 (80%) Federal-aid
funds for Department administrative costs associated with state preliminary engineering,
which include but are not limited to, on site meetings, environmental review, and plan and
specification review. The Sponsor’s final cost for this phase will be determined by actual
Department charges to preliminary engineering.
3. Be responsible for hiring a consultant engineering firm(s) in accordance with the Local Agency
Consultant Selection Procedures (Form LPA-002) to provide engineering services which
include environmental documentation, preliminary engineering, and construction engineering
for the Project. NOTE: FHWA authorization and Department approval must be given
prior to issuing a work order to the consultant for federal funds to be allowed in this
phase.
Agreement of Understanding Between the City of Fayetteville, the Northwest Arkansas Regional Planning Commission,
and the Arkansas Department of Transportation
-3-
• Make periodic payments to the consultant for preconstruction phases of the Project and
request reimbursement from the Department.
• Request reimbursement from the Department for eligible expenditures related to
preconstruction phases of the Project. Reimbursement requests should be submitted, at
minimum, every three (3) months and not more than once per month.
4. If desired, request that the Department contract with one of its on-call consultants on behalf of
the Sponsor (Form LPA-031).
• Execute a task order with the Department and the selected on-call consultant for
implementation of selected phases of the Project.
• Make periodic payments to the on-call consultant for work accomplished in accordance
with the task order.
• Request reimbursement from the Department for eligible on-call consultant related costs
incurred for the project. Reimbursement requests should be submitted, at minimum, every
three (3) months and not more than once per month.
5. Prepare plans, specifications, and a cost estimate for construction. A registered professional
engineer must sign the plans and specifications for the Project. (See Form LPA-003 for items
to be included in the bid proposal.)
6. Make periodic payments to the consultant for preliminary engineering for the Project and
request reimbursement from the Department. Reimbursement requests should be submitted,
at minimum, every three (3) months and not more than once per month.
7. Understand that expenditures for preliminary or construction engineering performed by
the Sponsor’s forces are not eligible for reimbursement with federal funds.
8. Prepare the necessary environmental documentation as required by FHWA and conduct any
required public involvement meetings and public hearings.
9. Ensure that the plans and specifications are developed using the Department’s standard
drawings and Standard Specifications for Highway Construction (latest edition).
10. Ensure that the plans and specifications comply with the Americans with Disabilities Act
(ADA), the American Association of State Highway and Transportation Officials (AASHTO)
design standards, and all other applicable state and federal regulations, including airport
clearance when necessary, for the type of work involved.
11. Before acquiring property or relocating utilities, contact the Department’s Right of Way
Division to obtain the procedures for acquiring right of way and adjusting utilities in
compliance with federal regulations. NOTE: Failure to notify the Department prior to
initiating these phases of work may result in all project expenditures being declared non-
participating in federal funds.
12. Acquire property in accordance with the Uniform Relocation Assistance and Real Property
Acquisition Policies Act of 1970, as amended (commonly referred to as the “Uniform Act”).
13. Ensure the preparation of utility adjustment and right of way plans are in accordance with
Arkansas State Highway Commission Policy.
Agreement of Understanding Between the City of Fayetteville, the Northwest Arkansas Regional Planning Commission,
and the Arkansas Department of Transportation
-4-
14. Be responsible for all non-reimbursable costs associated with the Sponsor owned utilities as
defined in the Department’s Utility Accommodation Policy.
15. Be responsible for the matching share for all reimbursable costs associated with the Sponsor
owned utilities as defined in the Department’s Utility Accommodation Policy.
16. Provide a copy of the registered deed or other approved documentation and an appropriate
certification stating the Sponsor’s clear and unencumbered title to any right of way to be used
for the Project (Form LPA-007). If property has been acquired for the Project, use
Form LPA-006 for certification of the right of way. NOTE: Any property that is to become
Department right of way must be acquired in the Department’s name.
17. Submit plans at 30%, 60%, and 90% completion stages for Department review.
18. Submit a certification letter (Form LPA-008), including all items noted, to the Department
when requesting authority to advertise the Project for construction bids.
19. Advertise for bids in accordance with federal procedures as shown in Form LPA-010. NOTE:
FHWA authorization and Department approval must be given prior to advertising for
construction bids.
20. Forward a copy of all addenda issued for the Project during the advertisement to the
Department.
21. After bids are opened and reviewed, submit a Certification Letter Requesting Concurrence in
Award (Form LPA-013), including all items noted, to the Department.
22. Prior to awarding the construction contract, submit a check for $1,000 (20%) to be matched by
$4,000 (80%) Federal-aid funds for Department administrative costs on the Project during
construction. The Sponsor’s final share of cost for this phase will be determined by actual
Department charges to construction engineering.
23. Prior to issuing the notice to proceed to the Contractor, the Sponsor must hold a
pre-construction meeting with the Contractor and must invite the Department’s Resident
Engineer assigned to the Project.
24. Ensure that all work, material testing and acceptance, and inspection is conducted in
accordance with the Department’s Standard Specifications for Highway Construction (latest
edition), Manual of Field Sampling and Testing Procedures, and Resident Engineer’s Manual
and with the plans, specifications, and all other applicable FHWA and Department procedures
for the Project.
25. Make periodic payments to the consultant for construction engineering for the Project and
request reimbursement from the Department. Reimbursement requests should be submitted,
at minimum, every three (3) months and not more than once per month.
26. Make payments to the contractor for work accomplished in accordance with the plans and
specifications and then request reimbursement from the Department on the Construction
Certification and Reimbursement Request (CCRR) form (Form LPA-014). Reimbursement
requests should be submitted, at minimum, every three (3) months and not more than once per
month.
Agreement of Understanding Between the City of Fayetteville, the Northwest Arkansas Regional Planning Commission,
and the Arkansas Department of Transportation
-5-
27. Attach LPA Report of Daily Work Performed (Form LPA-015) for all days that correspond
with each CCRR submittal.
28. Prior to executing the work, submit change orders (Form LPA-022) to the contract to the
Department’s Resident Engineer assigned to the Project for review and approval for program
eligibility.
29. Upon completion of the Project, hold a final acceptance meeting for the Project and submit the
LPA Final Acceptance Report form certifying that the Project was accomplished in accordance
with the plans and specifications (Form LPA-016). This form must be signed by the engineer
performing construction inspection on the Project, the Department’s Resident Engineer
assigned to the Project, the Sponsor’s full-time employee in responsible charge, and the
Sponsor’s CEO.
30. Maintain accounting records to adequately support reimbursement with Federal-aid funds and
be responsible for the inspection, measurement and documentation of pay items, and
certification of all work in accordance with the plans and specifications for the Project and for
monitoring the Contractor and subcontractor(s) for compliance with the provisions of
FHWA-1273, Required Contract Provisions, Federal-aid Construction Contracts, and
Supplements.
31. Pay all unpaid claims for all materials, labor, and supplies entered into contingent or incidental
to the construction of said work or used in the course of said work including but not limited to
materials, labor, and supplies described in and provided for in Act Nos. 65 and 368 of 1929,
Act No. 82 of 1935, and Acts amendatory thereof.
32. Agree that any and all claims for damages to property or injury to persons caused by any act
or omission, negligence, or misconduct from the performance of work by the Sponsor’s
contractor on the Project shall be the sole responsibility of the Sponsor’s contractor and in this
regard the Sponsor shall require the contractor on the Project to procure and maintain a General
Public Liability Insurance Policy during the duration of the Project which shall be endorsed to
include broad form general liability and complete operations coverage on the Project. The
contractor shall furnish the Sponsor with documentation of proof of liability insurance
coverage with submission of the signed contract.
33. Agree that any claims, liability, costs, expenses, demands, settlements, or judgments arising
from misconduct or the negligent acts or omissions of the Sponsor, its employees, agents or
contractors in the performance of the Project and this Agreement must be presented to the
Sponsor. Further, the Sponsor by acceptance of this grant, agrees that the Department and the
Arkansas State Highway Commission, as the pass-through entity, have no duty or
responsibility for the design, construction, maintenance or operation of the Project that is the
subject of this grant, and, therefore shall have no liability related to the design, construction,
maintenance or operation of the Project. The Sponsor also agrees to assume all risks associated
with the work to be performed by its agents, employees, and contractors under this grant and
Agreement and the Department and the Arkansas State Highway Commission, as the
pass-through entity, shall not be responsible or liable for any damages whatsoever from the
actions of the Sponsor, its employees, agents and contractors.
Agreement of Understanding Between the City of Fayetteville, the Northwest Arkansas Regional Planning Commission,
and the Arkansas Department of Transportation
-6-
34. Assure that its policies and practices with regard to its employees, any part of whose
compensation is reimbursed from federal funds, will be without regard to race, color, religion,
sex, national origin, age, or disability in compliance with the Civil Rights Act of 1964, the Age
Discrimination in Employment Act of 1967, The Americans with Disabilities Act of 1990, as
amended, and Title 49 of the Code of Federal Regulations Part 21 (49 CFR Part 21),
Nondiscrimination in Federally-Assisted Programs of the Department of Transportation,
(Form LPA-029).
35. Retain all records relating to inspection and certification, the Contractor's billing statements,
and any other files necessary to document the performance and completion of the work in
accordance with requirements of 2 CFR Part 200 – Uniform Administrative Requirements,
Cost Principles, and Audit Requirements for Federal Awards (Form LPA-017).
36. Grant the right of access to the Sponsor's records pertinent to the Project and the right to audit
by the Department and FHWA officials.
37. Be responsible for 100% of all project costs incurred:
• should the Project not be completed as specified;
• should the Project be declared non-participating in federal funds, including any such
award by the State Claims Commission; or
• not provided by the FHWA.
38. Sign and transmit to the Department the Certification for Grants, Loans, and Cooperative
Agreements (Form LPA-018), which is necessary for Project participation.
39. Repay to the Department the federal share of the cost of any portion of the Project if, for any
reason, federal participation is removed due to actions or inactions of the Sponsor, its agents,
its employees, or its assigns or the Sponsor's consultants or contractors or their agents. Such
actions or inactions shall include, but are not limited to, federal non-participation arising from
problems with design plans, specifications, construction, change orders, construction
inspection, or contractor payment procedures.
40. Retain total, direct control over the Project throughout the life of all project improvements
outside of the Department’s right of way and not, without prior approval from the
Department:
• sell, transfer, or otherwise abandon any portion of the Project;
• change the intended use of the Project;
• make significant alterations to any improvements constructed with Federal-aid funds; or
• cease maintenance or operation of a project due to the Project's obsolescence.
41. Be responsible for satisfactory maintenance and operation of all improvements and for
adopting regulations and ordinances as necessary to ensure this. Failure to adequately maintain
and operate the Project in accordance with Federal-aid requirements may result in the
Sponsor’s repayment of federal funds and may result in withholding all future Federal-aid.
Agreement of Understanding Between the City of Fayetteville, the Northwest Arkansas Regional Planning Commission,
and the Arkansas Department of Transportation
-7-
42. Submit to the Department a Single Audit in accordance with the Office of Management and
Budget (OMB) Circular A-133 each fiscal year that the Sponsor expends more than $750,000
of Federal-aid from any federal source including, but not limited to, the U.S. Department of
Transportation. The fiscal year used for the reporting is based on the Sponsor’s fiscal year.
The $750,000 threshold is subject to change after OMB periodic reviews.
43. Promptly notify the Department if the Project improvements outside of the Department’s
right of way are rendered unfit for continued use by natural disaster or other cause.
44. Complete and transmit to the Department both pages of the Federal Funding Accountability
and Transparency Act (FFATA) Reporting Requirements (Form LPA-019).
45. After each quarter of the calendar year, complete and transmit to the Department the LPA
Project Quarterly Report Form (Form LPA-020) until the Project is complete.
THE COMMISSION WILL:
1. Provide up to $300,000 in Federal-aid STBGP-A>200K funds for the design,
environmental, and right of way phases of the Project as funds become available.
THE DEPARTMENT WILL:
1. Maintain an administrative file for the Project and be responsible for administering Federal-aid
funds.
2. Review plans and specifications submitted by the Sponsor.
3. Notify the Sponsor when right of way and/or utility plans are approved and the Sponsor may
proceed with right of way acquisition and/or utility adjustments.
4. Upon receipt of the Sponsor’s certification of right of way (property) ownership, provide the
appropriate documentation to the file.
5. Ensure substantial compliance with federal contracting requirements through review of the
bidding proposal for inclusion of required federal forms, review of the administration of the
DBE program provisions, and general compliance with 23 CFR 635.
6. Advise the Sponsor when to proceed with advertisement of the Project for construction bids.
7. Review bid tabulations and concur in award of the construction contract for the Project.
8. Ensure that the Sponsor and the Sponsor’s consultant provide adequate supervision and
inspection of the Project by performing periodic inspections with the Sponsor’s representatives
and their consultant to verify that the work being performed by the Sponsor’s contractor, and
documented and certified by the Sponsor, meets the requirements of the Project plans,
specifications, and all applicable FHWA and Department procedures. The Department intends
to perform these inspections, at a minimum, when the construction work is approximately 10%
and 50% completed. The Department will also participate in the final inspection of the Project.
9. Review and approve any necessary change orders for project/program eligibility.
Agreement of Understanding Between the City of Fayetteville, the Northwest Arkansas Regional Planning Commission,
and the Arkansas Department of Transportation
-8-
10. Reimburse the Sponsor 80% (Federal-aid share) for eligible construction costs approved in the
CCRR form (Form LPA-014). This reimbursement will be limited to the maximum
Federal-aid amount and to the federal amount available at the time payment is requested. If
the payment requested exceeds the Federal-aid available at the time, the difference will be
reimbursed as additional Federal-aid for the Project becomes available.
11. Subject to the availability of Federal-aid allocated for the Project, pay the Sponsor the
remaining amount due upon completion of the Project and submittal of the certified LPA Final
Acceptance Report form (Form LPA-016).
12. Provide all form updates via email to the contact as shown on Form LPA-005.
13. Be reimbursed for costs involved in performing all the services listed above.
IT IS FURTHER AGREED that the Department reserves the right to cancel the Project without
liability against the Department for any reason including, but not limited to, unreasonable delay or
lack of progress, the Sponsor is unable to provide an audit-worthy reason for the substantial delay
in the project development or completion process, or the Sponsor is unresponsive to the
Department’s requests.
IT IS FURTHER AGREED that should the Sponsor fail to fulfill its responsibilities and assigned
duties as related in this Agreement, such failure may disqualify the Sponsor from receiving future
Federal-aid highway funds.
IT IS FURTHER AGREED that should the Sponsor fail to pay to the Department any required
funds due for project implementation or fail to complete the Project as specified in this Agreement,
or fail to adequately maintain or operate the Project, the Department may cause such funds as may
be required to be withheld from the Sponsor’s Motor Fuel Tax allotment.
IN WITNESS WHEREOF, the parties thereto have executed this Agreement this
day of , 20____.
Agreement of Understanding Between the City of Fayetteville, the Northwest Arkansas Regional Planning Commission,
and the Arkansas Department of Transportation
-9-
Agreement of Understanding between:
The City of Fayetteville, the Northwest Arkansas Regional Planning Commission, and the
Arkansas Department of Transportation relative to:
Implementation of Job 041003, College Ave. – Garland Ave. (North St.) (Fayetteville) (S).
Signatories
THE CITY OF FAYETTEVILLE
__________________________________________ _______________________
Molly Rawn Date
Mayor
__________________________________________ _______________________
Kit Williams Date
City Attorney
Agreement of Understanding Between the City of Fayetteville, the Northwest Arkansas Regional Planning Commission,
and the Arkansas Department of Transportation
-10-
Agreement of Understanding between:
The City of Fayetteville, the Northwest Arkansas Regional Planning Commission, and the
Arkansas Department of Transportation relative to:
Implementation of Job 041003, College Ave. – Garland Ave. (North St.) (Fayetteville) (S).
Signatory
NORTHWEST ARKANSAS REGIONAL PLANNING COMMISSION
__________________________________________ _______________________
Tim Conklin Date
Executive Director
08/22/2025
Agreement of Understanding Between the City of Fayetteville, the Northwest Arkansas Regional Planning Commission,
and the Arkansas Department of Transportation
-11-
Agreement of Understanding between:
The City of Fayetteville, the Northwest Arkansas Regional Planning Commission, and the
Arkansas Department of Transportation relative to:
Implementation of Job 041003, College Ave. – Garland Ave. (North St.) (Fayetteville) (S).
Signatory
ARKANSAS DEPARTMENT OF TRANSPORTATION
__________________________________________ _______________________
Jared D. Wiley, P.E. Date
Director
All Forms referenced in this Agreement are available in digital format on the Department’s
webpage www.ardot.gov/LPA.
ARKANSAS DEPARTMENT OF TRANSPORTATION
NOTICE OF NONDISCRIMINATION
The Arkansas Department of Transportation (ARDOT) complies with all civil rights provisions of federal statutes and related authorities that prohibit
discrimination in programs and activities receiving federal financial assistance. Therefore, ARDOT does not discriminate on the basis of race, sex,
color, age, national origin, religion (not applicable as a protected group under the Federal Motor Carrier Safety Administration Title VI Program),
disability, Limited English Proficiency (LEP), or low-income status in the admission, access to and treatment in ARDOT’s programs and activities,
as well as ARDOT’s hiring or employment practices. Complaints of alleged discrimination and inquiries regarding ARDOT’s nondiscrimination
policies may be directed to Civil Rights Officer Joanna P. McFadden (ADA/504/Title VI Coordinator), P. O. Box 2261, Little Ro ck, AR 72203,
(501) 569-2298, (Voice/TTY 711), or the following email address: joanna.mcfadden@ardot.gov.
Free language assistance for Limited English Proficient individuals is available upon request.
This notice is available from the ADA/504/Title VI Coordinator in large print, on audiotape and in Braille.
GENERAL REQUIREMENTS
FOR
RECIPIENTS AND SUB-RECIPIENTS
CONCERNING DISADVANTAGED BUSINESS ENTERPRISES
It is the policy of the U. S. Department of Transportation that disadvantaged
business enterprises (DBEs) as defined in 49 CFR Part 26 shall have the maximum
opportunity to participate in the performance of contracts financed in whole or in part
with Federal funds under this Agreement. Consequently, the DBE requirements of 49
CFR Part 26 apply to this Agreement.
The recipient or its contractor agrees to ensure that DBEs as defined in 49 CFR
Part 26 have the maximum opportunity to participate in the performance of contracts and
subcontracts financed in whole or in part with Federal funds provided under this
Agreement. In this regard all recipients or contractors shall take all necessary and
reasonable steps in accordance with 49 CFR Part 26 to ensure that DBEs have the
maximum opportunity to compete for and perform contracts. Recipients and their
contractors shall not discriminate on the basis of race, color, national origin, or sex in the
award and performance of DOT-assisted contracts.
If as a condition of assistance the recipient has submitted and the Department has
approved a disadvantaged business enterprise affirmative action program, which the
recipient agrees to carry out, this program is incorporated into this financial assistance
agreement by reference. This program shall be treated as a legal obligation and failure to
carry out its terms shall be treated as a violation of this financial assistance agreement.
Upon notification to the recipient of its failure to carry out the approved program, the
Department shall impose such sanctions as noted in 49 CFR Part 26, Subpart F, which
sanctions may include termination of the Agreement or other measures that may affect
the ability of the recipient to obtain future DOT financial assistance.
The recipient shall advise each sub-recipient, contractor or subcontractor that
failure to carry out the requirements set forth in 49 CFR Part 26, Subsections 26.101 and
26.107 shall substitute a breach of contract and after the notification of the Department,
may result in termination of the agreement or contract by the recipient or such remedy as
the recipient deems appropriate.
(NOTE: Where appropriate, the term "recipient" may be modified to mean
"sub-recipient", and the term "contractor" modified to include "subcontractor".)
Form LPA-001
Rev. 8/27/19 Form LPA-002
1
LOCAL AGENCY
CONSULTANT SELECTION PROCEDURES
Section I – Application (These procedures do not apply to Design-Build
Contracts.)
These procedures apply to federally and state funded contracts for engineering
and design related services for projects and are issued to ensure that a qualified
consultant is obtained through an equitable qualifications-based selection procurement
process and that the prescribed work is properly accomplished in a timely manner at a
fair and reasonable cost.
Engineering and design related services are defined in 23 Code of Federal
Regulations (CFR) Part 172 to include program management, construction
management, preliminary engineering, design engineering, surveying mapping, or
architectural related services with respect to a highway construction project.
These services also include professional services of an architectural or engineering
nature, as defined by State law, which are required to or may logically or justifiably be
performed or approved by a person licensed, registered, or certified to provide the
services with respect to a highway construction project. Contracts for these services
that are paid with Federal-aid highway program (FAHP) funding will be awarded
following these selection procedures.
The federal laws and regulations that govern the procurement of engineering and
design related services with FAHP funds are:
• 23 United States Code (U.S.C.) 106 “Project approval and oversight”
• 23 U.S.C. 112 “Letting of contracts”
• 23 U.S.C. 114(a) “Construction Work In General”
• 23 U.S.C. 302 “State transportation department”
• 23 U.S.C. 315 “Rules, regulations, and recommendations”
• 23 U.S.C. 402 “Highway safety programs”
• 40 U.S.C. Chapter 11 – Selection of Architects and Engineers, §§1101 et
seq., commonly called the “Brooks Act”
• 2 CFR Part 200 “Uniform Administrative Requirements, Cost Principles,
and Audit Requirements for Federal Awards”
• 23 CFR Part 172 “Procurement, Management, and Administration of
Engineering and Design Related Services”
• 48 CFR Part 31 “Contract Cost Principles and Procedures”
• 49 CFR Part 1.48(b) “The Federal Highway Administrator is delegated
authority to administer the following provisions of title 23, Highways,
U.S.C.”
In accordance with the above federal laws and regulations, the Arkansas
Department of Transportation (Department) has approved these procedures for use by
Rev. 8/27/19 Form LPA-002
2
the Local Agency for the “competitive negotiation” (qualifications-based selection)
method of procurement as defined in 23 CFR §172.7, Procurement Methods and
Procedures that complies with the Brooks Act (40 U.S.C. §§1101, et seq.).
The Local Agency will use these procedures for Federal-aid contracts and may
elect to use them for non-Federal-aid contracts.
Section II – Advertisement for Letters of Interest
The Local Agency may employ a consultant engineering firm when a need exists
for engineering services, and it is in the Local Agency’s best interest to employ an
engineer or engineering firm.
As a minimum, the Local Agency will advertise in a statewide newspaper, the
Department’s website and the Local Agency’s website (if available), advising that
consultant engineering services are being sought. In addition, the Local Agency may
advertise in appropriate national trade magazines or websites for specialized services.
Interested firms must furnish:
1. A cover letter with the firm’s response including primary contact information.
2. The firm’s completed Architect-Engineer Qualifications Standard Form (SF)
330 Parts I and II (48 CFR §53.236-2(b)). (SF 330 is available on the
Department’s website.)
http://arkansashighways.com/consultant_services/advertisements/advertisem
ents.aspx
3. A current copy of the firm’s equal employment opportunity policy required per
Arkansas Code Annotated (Ark. Code Ann.) §19-11-104.
4. The firm’s current copy (within 12 months) of the Department and Finance
and Administration (DFA) Illegal Immigrant Contractor Disclosure Form (Ark.
Code Ann. §19-11-105).
https://www.ark.org/dfa/immigrant/index.php/user/welcome
Advertisements may be for either a specific single project; a group of projects; or
for an on-call or indefinite delivery/indefinite quantity (IDIQ) for an established contract
period (not to exceed 5 years), to be determined at a later date with specific task orders
issued for each project. (23 CFR §172.9(a))
When advertising a specific project, the advertisement will describe the work in
general terms allowing firms to evaluate their interest in performing the desired services.
When advertising a group of projects, a general description of work will be
furnished. Firms will be asked to specify the projects they are interested in performing.
When the Local Agency decides to proceed with a certain project, those firms having
expressed interest in that project will be considered for selection.
Rev. 8/27/19 Form LPA-002
3
When advertising for an on-call / IDIQ projects with later specified task orders,
the advertisement will include a general description of work for the project task and the
number of consultants anticipated to be selected.
If a solicitation fails to yield three qualified respondents, then the Local Agency
may proceed with evaluation and selection if the Local Agency and the Department
determines that the solicitation did not contain conditions or requirements that arbitrarily
limited competition. Alternatively, the Local Agency may pursue procurement following
the noncompetitive method when competition is determined to be inadequate and it is
determined to not be feasible or practical to re-compete under a new solicitation. (23
CFR §172.7(a)(1)(iv)(D))
Solicitations will include language to comply with state procurement laws, rules,
and regulations including but not limited to Ethical Standards (Ark. Code Ann. §19-11-
708), Employee and Relative Disclosure, and Equal Opportunity Policy.
Interested firms are advised that in order to comply with state and federal
requirements that the Local Agency will verify suspension and debarment actions and
eligibility status of consultants in accordance with 2 CFR Part 1200 and 2 CFR Part 180.
Ark. Code Ann. §§19-11-701 through 19-11-714 addresses ethics and conflicts of
interest. Federal regulations about conflicts of interest are described in 2 CFR
§200.112, 23 CFR §1.33, and provisions of 23 CFR §172.7(4). No Local Agency
employee may participate in selection, award or administration of a contract in which the
Local Agency employee or any member of his or her immediate family has a financial,
prospective financial, or other interest. Additionally, in accordance with Ark. Code Ann.
§19-11-704(b) it is a breach of ethical standards for any person, including potential
consultants, or parties to subagreements to engage in any conduct or behavior with
other consultants, contractors, cities, counties, state agencies, or metropolitan/local
planning organizations that may influence any public employee to breach the standards
of ethical conduct provided by state and federal laws.
Section III – Selection Committee
The Local Agency will designate a Selection Committee (Committee) to evaluate
and analyze the letters of interest (LOI) and proposals.
Rev. 8/27/19 Form LPA-002
4
Section IV – Evaluation of Letters of Interest
The Committee will evaluate each consultant firm based on the criteria provided
in the detailed LOIs in general as follows:
No. Evaluation Factors for LOIs Maximum Points
Possible
1
Professional staff including the education, experience,
number of personnel available, and any partnerships
with sub-consultants
10
2
General and professional reputation, including
responsiveness to civil rights and equal employment
opportunity requirements and opportunities
10
3 *Past work performance 10
4 Experience with projects of a similar nature as those
advertised 10
Total Points for LOI 40
*Past performance or evaluations from other clients will be considered when the firm has not
worked for the Local Agency previously.
Following their review, the Committee will prepare a short list (minimum of three)
of the top ranked engineering firms and recommend that these firms submit detailed
proposals for further evaluation.
Section V – Request for Proposal
The Local Agency will prepare a scope of work statement and request proposals
from the engineering firms on the short list. For projects with FHWA oversight, which
are identified by FHWA as Projects of Division Interest (PoDI) projects, the Local
Agency will forward the scope of work statement to the Department and FHWA for
review and approval before soliciting request for proposals (RFPs). A Local Agency’s
scope of work will typically include the following:
1. A detailed purpose and description of the work,
2. Services that will be furnished by the Local Agency,
3. Services that will be furnished by the consultant,
4. Deliverables to be provided,
5. Project conditions of the work,
6. Schedule for performance of the work,
7. Special conditions of the work including applicable standards,
specifications, and policies, and
8. Assurance of participation of certified Disadvantaged Business
Enterprises (DBE) in Federal-aid projects as Department goals for the
Project are established.
Rev. 8/27/19 Form LPA-002
5
The short-listed firms should submit proposals that contain the following:
1. A cover letter with primary contact information,
2. A detailed work plan that identifies the major tasks of work,
3. A list of major concerns associated with completing the work,
4. A detailed work schedule for specific projects as requested,
5. A manpower estimate for specific projects as requested, and
6. Updated Standard Form 330 Parts I and II, if necessary.
The Committee will review the proposals with particular attention to the five (5)
listed evaluation factors for the proposals and will also consider the results determined
in Section IV. The evaluation factors and their relative importance will be listed in the
RFP if any of the factors are different from the list below.
No. Evaluation Factors for Proposals Maximum Points
Possible
1 Obvious indication that the scope of work is clearly
understood 20
2 Comprehensive, coherent, and detailed work plan 20
3 Realistic work schedule when applicable 10
4 Proposed working office location, need for a local
office, and any local representative* 5
5 Identification of sub-consultants and responsiveness to
DBE goals and opportunities 5
6 Total Points for LOI 40
Total Points for Proposals 100
*Locality preference shall not be based on political or jurisdictional boundaries and may be applied
on a project-by-project basis for contracts where a need has been established for a consultant to
provide a local presence, a local presence will add value to the quality and efficiency of the project,
and application of this criteria leaves an appropriate number of qualified consultants, given the
nature and size of the project. (Consultants indicating that it will satisfy this factor in some manner,
such as establishing a local project office, shall be considered to have satisfied this factor.)
Based on these evaluation factors, the Committee will rank the consultants
based on the total score and submit the list to the Local Agency who will either:
1. Select one (1) firm to enter negotiations with; or
2. Select
a. Multiple firms for an IDIQ contract; or
b. Three or more firms to interview (a firm may present additional information
concerning their proposal at the interview). After the interviews, the
Committee will re-evaluate the firms based on the interview and the same
evaluation factors as noted previously. The ranking list will be submitted
to the Local Agency for review and final selection.
The Local Agency’s contract file will contain records of the rankings and
supporting data; however, the rankings will not be public information. Copies of the LOI
advertisement, the rankings, and supporting data shall be submitted to the Department.
Rev. 8/27/19 Form LPA-002
6
Notification must be provided to all responding consultants of the final selection of the
most qualified consultant including the ranking of the top three consultants on projects
where only one consultant is selected.
Section VI – Negotiation and Contract Preparation
Once a firm is selected for negotiation for a specific job or a group of projects, it
will prepare a draft contract including a cost estimate for the project(s). The other firms
on the short list will be advised of the firm selected, subject to successful negotiations.
Prior to receipt or review of the draft contract and cost estimate, the Local Agency shall
prepare a detailed independent estimate with an appropriate breakdown of the work or
labor hours, types or classifications of labor required, other direct cost and consultant’s
fixed fee for the defined scope of work. The independent estimate shall serve as the
basis for negotiation to ensure a fair and reasonable cost is obtained.
More than one firm may be selected for an on-call or IDIQ contract. The contract
will establish a maximum ceiling price for work issued under the contract as well as an
expiration date not to exceed 5 years, per 23 CFR Part 172. Individual task order cost
estimates will be negotiated when issued.
The selected firm will prepare a draft contract based on a sample contract
furnished by the Department. In accordance with the principles of 23 CFR 172, the draft
contract must include an overhead rate that is approved by the Department. If the
contract exceeds $250,000, in accordance with the Department’s Indirect Cost Rate
Audit Requirements, the indirect cost rate shall be verified through an audit performed
by a certified public accountant on behalf of the consultant. If the contract is less than
$250,000, and at least one of these conditions applies:
1. When there is insufficient knowledge of the consultant’s accounting system
2. When there is previous unfavorable experience regarding the reliability of the
consultant’s accounting system
3. When the contract involves procurement of new equipment or supplies for
which cost experience is lacking
then the Consultant shall provide the indirect cost rate verified through an audit
performed by a certified public accountant on behalf of the consultant. The certified
audit shall be provided by the selected firm prior to the submission of the final draft
contract.
Pursuant to this requirement, the Department will notify the Local Agency if an
audit by a certified public accountant for the selected firm is necessary. The certified
audit needs to be provided by the selected firm prior to the submission of the final draft
contract.
The Local Agency will review the draft contract proposal and either approve it as
submitted or enter into negotiations with the selected firm to establish a contract and
contract ceiling price that the Local Agency deems is fair and reasonable. If a
satisfactory contract cannot be negotiated with the selected firm, negotiations will be
Rev. 8/27/19 Form LPA-002
7
formally terminated. The Local Agency will then enter into negotiations with the second
ranked firm. If negotiations with that firm fail, the Local Agency will formally terminate
those negotiations and begin to negotiate with the third ranked firm, and so on. If the
Local Agency cannot negotiate a satisfactory contract with any of the firms on the short
list, the Local Agency shall either:
1. Request proposals from additional firms who have submitted LOIs and are
considered competent and qualified; evaluate and rank the firms based on the
criteria described in Section V; and continue the negotiation process, or
2. Terminate all negotiations and begin the selection process again, or
3. Pursue procurement following the noncompetitive method when competition is
determined to be inadequate and it is determined to not be feasible or practical to
re-compete under a new solicitation. (23 CFR §172.7(a)(1)(iv)(D))
When the Local Agency and the consultant agree the negotiated contract is fair
and reasonable, the consultant will prepare a final draft and submit it to the Local
Agency and the Department for review. After review and a determination that it is
acceptable, the consultant will sign the contract. The Local Agency will then execute
the contract. The contract will subsequently be submitted to the Department for final
review and approval including funding. When approved, copies of the signed contract
will be distributed within the Local Agency and to the consultant.
For projects with FHWA oversight and for on-call or IDIQ contracts where the
consultant performs a management role utilizing federal funds, the Department will
forward the initial and final drafts of the contract to FHWA for review and comment. The
FHWA approves the final executed contract by stamp and signature and retains a copy.
After the Local Agency executes an on-call or IDIQ contract, it will assign specific
projects by task order for the duration of the contract period. The consultant will
prepare each task order based on the scope of work furnished by the Local Agency.
The task order will include a manpower estimate and cost. The Local Agency will
review the task order and approve it as submitted or negotiate with the consultant to
establish a task order and task order amount that the Local Agency deems is fair and
reasonable. After review and a determination that the task order is acceptable, the
consultant will sign the task order. The Local Agency will then execute the task order.
The task order will subsequently be submitted to the Department for final review and
approval including funding. When approved, copies of the signed task order will be
distributed within the Local Agency and to the consultant.
For PoDI projects, the Department will forward the initial and final drafts of the
task order to FHWA for review, comment, and approval. Upon FHWA approval, the
final task order is executed.
Rev. 8/27/19 Form LPA-002
8
Section VII – Monitoring the Contract
The Local Agency may designate staff members as key liaisons for specific
projects or for technical matters during the administration of the contract period.
The Local Agency will:
1. Maintain the contract files,
2. Arrange and attend periodic progress meetings,
3. Coordinate reviews and approval actions with other agencies when
necessary,
4. Review progress payments,
5. Coordinate questions from the consultant,
6. Negotiate any change or amendment to the contract and submit to the
Department for review and approval, and
7. Prepare an evaluation of the consultant’s performance after completion of the
contract. A copy of the evaluation shall be submitted to the Department.
Section VIII – Consultant Liability
The Local Agency will include a contract requirement that the consultant will
warrant that all services and work products provided as part of the contract are
performed in accordance to the prevailing industry standards, including standards of
conduct and care, format and content, meet the satisfaction of the Local Agency, and
conform to the requirements of the Agreement. This warrant is effective regardless of
the degree of inspection and acceptance by the Local Agency or others.
If the consultant is required to correct or re-perform any work or services, the
work will be performed at no cost to the Local Agency, and any work or services
corrected or re-performed by the consultant shall also be warranted that it is free from
defects in workmanship in accordance with industry standards. If the consultant fails or
refuses to correct or re-perform, the Local Agency may, by contract or otherwise,
correct or replace the deficient items or services with similar work or services, and
charge the cost to the consultant or make an equitable adjustment in the consultant’s
reimbursement.
Acceptance is an act of an authorized representative of the Local Agency by
which the Local Agency approves specific services, as partial or complete performance
of the contract. Correction is the elimination of a defect.
Form LPA-003
REQUIRED CONTENTS OF BIDDING PROPOSALS
FEDERAL-AID PROJECTS
1) FHWA-1273
Each set of contract documents shall include FHWA-1273, “Required Contract Provisions,
Federal-aid Construction Contracts,” and such supplements that may modify the FHWA-1273.
Copies of FHWA-1273 and supplements will be provided by the Department.
2) Anti-Collusion and Debarment Certification
The certification shall either be in the form of an affidavit executed and sworn to by the bidder
before a person who is authorized by the laws of the State to administer oaths or in the form of
an unsworn declaration executed under penalty of perjury of the law of the United States. The
required form for the Anti-Collusion and Debarment Certification will be provided by the
Department. The certification includes:
• Anti-collusion - A statement executed by, or on behalf of the person, firm, association, or
corporation submitting the bid certifying that such person, firm, association, or corporation
has not, either directly or in-directly, entered into any agreement, participated in any
collusion, or otherwise taken any action, in restraint of free competitive bidding in
connection with the submitted bid.
• Debarment - A statement regarding debarment, suspension, ineligibility and voluntary
exclusion as required by Title 2 of the United States Code of Federal Regulations, Part 180
(2 CFR Part 180).
Failure to submit the executed Certification as part of the bidding documents will make
the bid nonresponsive and not eligible for award consideration.
3) Lobbying Certification
This certification is required by 49 CFR 20. The form for this certification will be provided by
the Department.
4) Davis-Bacon Pre-determined Minimum Wage Rates
Davis-Bacon requirements apply to all projects greater than $2,000 that are physically located
within the existing right-of-way of a functionally classified city street or highway. The
Davis-Bacon wage rates will be provided by the Department.
5) “Build America, Buy America” Provisions
Because federal highway funds are included in this project, “Build America, Buy America”
requirements, as specified in Title 23 of the United States Code Section 313 and Title 23 of the
Code of Federal Regulations Section 635.410, apply to this project. A section of the bidding
documents should specify these requirements as part of the project and it should at least be
noted in the advertisement for bids.
Form LPA-005
Please Print on Sponsor Letterhead
(Designating Full-Time Employee
in Responsible Charge)
DATE
Mr. David Siskowski
Division Head – Local Programs
Arkansas Department of Transportation
P. O. Box 2261
Little Rock, AR 72203
Re: Job #
Job Name
County
Dear Mr. Siskowski:
The full-time employee in responsible charge of the day to day oversight for the referenced
project will be (INSERT NAME OF EMPLOYEE & TITLE). This letter certifies that the
employee is aware of the duties and functions they are in charge of as outlined in the Agreement
of Understanding. This employee may be reached by phone at (INSERT PHONE NUMBER)
or by email at (INSERT EMAIL ADDRESS).
Sincerely,
NAME & OFFICE
(Sponsor’s CEO)
SPONSOR LETTERHEAD
JOB NUMBER
JOB NAME
COUNTY
Title to the right of way necessary for the construction of this project has been acquired, or will be
acquired, in accordance with applicable Federal Highway Administration procedures.
↓ indicate total number in each category here. Delete any categories not used in this job.
___ Tract(s)
___ Options(s)
___ Paid
___ Donation(s)
___ Negotiation Pending* - include tract number(s) and statement: ”It is anticipated that
this/these tract(s) will be acquired by (date).”
___ Condemnation(s) – (include Order of Possession date or date the Court Order was filed)
___ Condemnation(s) Pending* - include tract number(s) and anticipated filing date
* If applicable
↓delete the statement in each pair that does not apply
There are no displacees on this project.
-Or-
Relocation Assistance has been provided in accordance with applicable Federal Highway
Administration procedures and all displacees have moved from this project. There was/were #
displaced (residence(s)/business(es)/personal property/etc) on the project.
There are no structures located within the right of way area.
-Or-
All structures have been removed from this project, except for those to be included as demolition
items in the highway contract.
No conflicting utilities are known to exist in the right of way area.
-Or-
Necessary utility relocation has been, or will be, completed as shown in the attached Utility Status
Report.
There are no railroads involved on this project
-OR-
Tract(s) #___ shown above include(s) #____ (Permanent/Temporary Construction Easements) for
_________ Railroad.
No right of way in excess of that needed for construction or future maintenance of this project was
acquired.
Certified by:_________________________ Date:_______________
(Type name)
(Type title)
Form LPA-006
SPONSOR LETTERHEAD
JOB NUMBER
JOB NAME
COUNTY
Title to the right of way necessary for the construction of this project was in public ownership prior
to project development. No additional right of way was acquired.
There are no displacees on this project.
There are no structures located within the right of way area.
There are no railroads involved on this project.
No known conflicting utilities exist within the right of way area.
Certified by:_________________________ Date:_______________
(Type name)
(Type title)
Form LPA-007
Form LPA-008
PLEASE PRINT ON SPONSOR LETTERHEAD
CERTIFICATION LETTER
REQUESTING AUTHORITY TO ADVERTISE
DATE
Ms. Jessie Jones, P.E.
Chief Engineer – Preconstruction
Arkansas Department of Transportation
P. O. Box 2261
Little Rock, AR 72203
Re: Job #
Job Name
County
Dear Ms. Jones:
The following documents are submitted concerning the referenced project:
1. One set of plans and specifications.
2. A copy of the preliminary estimate of cost.
3. An unexecuted copy of the bid proposal form.
I certify that the plans, specifications and estimate were prepared by or under the direct
supervision of a Professional Engineer licensed to practice in the State of Arkansas and that the
plans and specifications comply with the Americans with Disabilities Act (ADA), the American
Association of State Highway and Transportation Officials (AASHTO) design standards, and all
other applicable state and federal regulations, including airport clearance when necessary, for the
type of work involved.
I understand that if any project items are declared non-participating in federal funds due to
failure to comply with any State or federal requirements, the (Sponsor Name) will promptly
repay such funds to the Arkansas Department of Transportation (ARDOT). Further, I hereby
authorize the Director of the Arkansas State Department of Finance and Administration to
transfer such funds from the (Sponsor Name)’s Motor Fuel Tax allotment to the ARDOT’s RRA
Fund upon notification by the ARDOT Director of that such funds are due ARDOT and have not
been paid by the (Sponsor Name).
Approval to proceed with advertisement of the project for bids is requested.
Sincerely,
NAME & OFFICE
(Sponsor’s CEO)
Enclosures
Form LPA-010
GUIDELINES FOR ADVERTISING AND OPENING BIDS
FEDERAL-AID PROJECTS
Upon receipt of written authorization from the Arkansas Department of Transportation
(Department), the project may be advertised for bids. The following minimum guidelines for
advertising must be met:
• The minimum advertising period is three weeks (21 days).
• In addition to meeting the State requirements for advertising for construction projects, the
project must be advertised a minimum of two times in a statewide newspaper (online or print
versions are acceptable).
• The notice must contain: (1) the time, date, and place that sealed bids are to be accepted,
opened, and publicly read; (2) a brief description of the kind or type of work contemplated;
and (3) the place at which prospective bidders may obtain plans and specifications.
• The Sponsor will forward a copy of the approved advertisement to the Department once
advertisement starts. Any addenda will also be sent to the Department during the
advertisement period.
• The Sponsor will include the following language in the solicitation for bids:
“The (INSERT SPONSOR NAME) hereby notifies all bidders that this contract
is subject to applicable labor laws, non-discrimination provisions, wage rate laws
and other federal laws including the Fair Labor Standards Acts of 1938. The Work
Hours Act of 1962 and Title VI of the Civil Rights Act of 1964 also apply.”
“Build America, Buy America provisions apply to this project.”
• All bids received in accordance with the terms of the advertisement shall be publicly opened
and at a minimum, the total amount bid must be read aloud (the sponsor may choose to read
the bids item by item).
• If any bid received is not read aloud, the name of the bidder and the reason for not reading
the bid aloud shall be publicly announced at the letting.
• In accordance with 23 CFR 635.110, any procedures and requirements for qualifying and
licensing contractors must be approved by the Federal Highway Administration.
• Negotiation with contractors during the period following the opening of bids and before
the award of the contract is strictly prohibited.
Form LPA-013
PLEASE PRINT ON SPONSOR LETTERHEAD
CERTIFICATION LETTER
REQUESTING CONCURRENCE IN AWARD OF THE CONTRACT
DATE
Ms. Jessie Jones, P.E.
Chief Engineer – Preconstruction
Arkansas Department of Transportation
P. O. Box 2261
Little Rock, AR 72203
Re: Job #
Job Name
County
Dear Ms. Jones:
The following documents are submitted concerning the referenced project:
1. One set of bid tabulations.
2. Justification of award (if low bid amount is greater than 10% over the estimate).
3. A check for $1,000 for ARDOT construction involvement.
I certify that the referenced project was advertised and bids were received in accordance with the
regulations governing Federal-aid projects and all other applicable state and federal regulations,
and that this process has been reviewed and approved by the (Sponsor Name)’s Attorney.
Additionally, I certify that the bid is being awarded to the lowest responsive and qualified bidder
and that there has not been, nor will there be, any negotiations with the contractor or other
bidders regarding the amount bid.
Your concurrence in the award of this contract to (INSERT CONTRACTOR NAME) for
(INSERT LOW BID AMOUNT) is requested.
Sincerely,
___________________
Sponsor’s CEO
____________________
Sponsor’s Attorney
Enclosures
Revised: 12/11/20
CONSTRUCTION CERTIFICATION AND REIMBURSEMENT REQUEST PAGE 1 OF 2 PAGES
Job No.:Payee/Sponsor:DATE:
FAP:address
County:PAY REQUEST #
Job Name.:
Federal Tax ID No.:FROM:TO:
SPONSOR'S REQUEST FOR PAYMENT Designated Full Time Employee In Responsible Charge
The information provided in this document is true and correct and I
recommend that payment be made to the Contractor for this work.
$0.00
$0.00 By:Date:
$0.00 Title:
$0.00
1 Maximum Approved Federal-aid Amount
2 Original Contract Amount
3 Net Changes by Change Orders
4 Present Contract Total
5 Present Federal-aid Amount (80% of Line 4
or Amount on Line 1, whichever is less)
6 Work Completed to Date
7 Federal Match (80% of Line 6 or amount
on Line 5, whichever is less)
8 Previous Reimbursements (Federal)
9 Amount Due this Estimate $0.00 Sponsor's CEO
(subtract Line 8 from Line 7)
CHANGE ORDER SUMMARY ADDITIONS DEDUCTIONS Payment is requested from the Arkansas Department
of Transportation for the Amount Due. I certify that the
Total changes previously approved Contractor and/or subcontractor(s) are complying with the provisions
of FHWA-1273, Required Contract Provisions, Federal-aid Construction
Contracts, and Supplements; that the work has been completed by the
Total approved this Request Period Contractor in accordance with the plans and specifications; and that
the Contractor has been paid for this work.
TOTALS
By:Date:
NET CHANGES by Change Order
(Line 3 above)Title:
DEPARTMENT USE ONLY
PAID
Voucher No.
Resident Engineer Date:
Form LPA-014
Recommended for Payment in
Accordance with Project Agreement
State Construction Engineer
Approved for Payment
$0.00 $0.00
$0.00
CONSTRUCTION CERTIFICATION AND REIMBURSEMENT REQUEST Revised: 12/11/20
DETAIL ESTIMATE PAGE 2 OF 2 PAGES
JOB NUMBER:
FAP:REQUEST NO:0 DATE:
JOB NAME:
FROM:1/0/1900 TO:
SPONSOR:CONTRACTOR:
A B CDE F G HI
WORK COMPLETED MATERIALS TOTAL % BALANCE
ITEM DESCRIPTION OF WORK SCHEDULED PREVIOUS PRESENTLY COMPLETED & COMPLETED TO FINISH
NO. VALUE REQUESTS THIS PERIOD STOCKPILED STOCKPILED (G ÷ C) (C - G)
(NOT IN D or E) TO DATE (D+E+F)
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
GRAND TOTALS $0.00 $0.00 $0.00 $0.00 $0.00 $0.00
Form LPA-014
COPY OF SPONSOR'S PAYMENT CHECK FOR THIS ESTIMATE MUST BE ATTACHED TO THIS FORM
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
1/0/1900
1/0/1900
0
0
0
0
0
Sponsor
LPA Report of Daily Work Performed
Job Name: ____________________________________ Job No.: ______________
FAP No.: ______________________ Contractor: ___________________________
Date: ____________ Hours Worked: ______ – ______ Report No.: ______
Project Conditions
Site Conditions Weather Number of Contractor’s
Personnel
____ Useable ____ Sunny ____ Laborers
____ Partly Useable ____ Partly Cloudy ____ Carpenters
____ Not Useable ____ Rain ____ Concrete Laborers
Min Temp. (F) ____ Rainfall Amt. (in.) _____ ____ Equip. Operators
Max Temp. (F) ____
Comments ____ Electricians
____ Plumbers
____ Foreman
____ Other ___________
____ Other ___________
Location and Description of Work Performed
Special Instructions and/or Conversations
Signed: _____________________________
Designated Full-time Employee
Form LPA-015
Form LPA-016
SPONSOR
LPA Final Acceptance Report
Job Name: Date:
Job No: FAP No:
County: Route:
Contractor:
Date Work Began: Date Work Completed:
Attendees:
Remarks:
☐ Provide Digital Photos of Completed Project (minimum of 5)
Project Completed in Substantial
Compliance with Plans and Specifications
and Recommended for Final Acceptance
by Sponsor
_________________________________
Engineer
Recommended for Acceptance in
Accordance with Project Agreement
_________________________________
ARDOT Resident Engineer
Project Recommended for Acceptance
Designated Full-time Employee: _______________________________
I certify that the Contractor and/or subcontractor(s) have complied with the provisions of
FHWA-1273, Required Contract Provisions, Federal-aid Construction Contracts, and
Supplements; that the project has been completed by the Contractor in accordance with
the plans and specifications; that the Contractor has been paid for this work, and the
project is hereby accepted.
_______________________________
SPONSOR’s CEO
Form LPA-017
Page 1 of 2
1/28/2021
2 CFR Part 200
UNIFORM ADMINISTRATIVE REQUIREMENTS, COST PRINCIPLES, AND AUDIT
REQUIREMENTS FOR FEDERAL AWARDS
Subpart D - Post Federal Award Requirements
Record Retention and Access
§200.334 Retention requirements for records.
Financial records, supporting documents, statistical
records, and all other non-Federal entity records
pertinent to a Federal award must be retained for a
period of three years from the date of submission
of the final expenditure report or, for Federal
awards that are renewed quarterly or annually,
from the date of the submission of the quarterly or
annual financial report, respectively, as reported to
the Federal awarding agency or pass-through entity
in the case of a subrecipient. Federal awarding
agencies and pass-through entities must not impose
any other record retention requirements upon non-
Federal entities. The only exceptions are the
following:
(a) If any litigation, claim, or audit is started before
the expiration of the 3-year period, the records
must be retained until all litigation, claims, or audit
findings involving the records have been resolved
and final action taken.
(b) When the non-Federal entity is notified in
writing by the Federal awarding agency, cognizant
agency for audit, oversight agency for audit,
cognizant agency for indirect costs, or pass-
through entity to extend the retention period.
(c) Records for real property and equipment
acquired with Federal funds must be retained for 3
years after final disposition.
(d) When records are transferred to or maintained
by the Federal awarding agency or pass-through
entity, the 3-year retention requirement is not
applicable to the non-Federal entity.
(e) Records for program income transactions after
the period of performance. In some cases
recipients must report program income after the
period of performance. Where there is such a
requirement, the retention period for the records
pertaining to the earning of the program income
starts from the end of the non-Federal entity's
fiscal year in which the program income is earned.
(f) Indirect cost rate proposals and cost allocations
plans. This paragraph applies to the following
types of documents and their supporting records:
Indirect cost rate computations or proposals, cost
allocation plans, and any similar accounting
computations of the rate at which a particular
group of costs is chargeable (such as computer
usage chargeback rates or composite fringe benefit
rates).
(1) If submitted for negotiation. If the
proposal, plan, or other computation is
required to be submitted to the Federal
Government (or to the pass-through entity) to
form the basis for negotiation of the rate, then
the 3-year retention period for its supporting
records starts from the date of such
submission.
(2) If not submitted for negotiation. If the
proposal, plan, or other computation is not
required to be submitted to the Federal
Government (or to the pass-through entity) for
negotiation purposes, then the 3-year retention
period for the proposal, plan, or computation
and its supporting records starts from the end
of the fiscal year (or other accounting period)
covered by the proposal, plan, or other
computation.
§200.335 Requests for transfer of records.
The Federal awarding agency must request transfer
of certain records to its custody from the non-
Federal entity when it determines that the records
possess long-term retention value. However, in
order to avoid duplicate recordkeeping, the Federal
awarding agency may make arrangements for the
non-Federal entity to retain any records that are
continuously needed for joint use.
§200.336 Methods for collection, transmission,
and storage of information.
The Federal awarding agency and the non-Federal
entity should, whenever practicable, collect,
transmit, and store Federal award-related
information in open and machine-readable formats
rather than in closed formats or on paper in
accordance with applicable legislative
requirements. A machine-readable format is a
format in a standard computer language (not
English text) that can be read automatically by a
web browser or computer system. The Federal
awarding agency or pass-through entity must
always provide or accept paper versions of Federal
award-related information to and from the non-
Federal entity upon request. If paper copies are
submitted, the Federal awarding agency or pass-
through entity must not require more than an
original and two copies. When original records are
1/28/2021 Form LPA-017
Page 2 of 2
2 CFR Part 200
UNIFORM ADMINISTRATIVE REQUIREMENTS, COST PRINCIPLES, AND AUDIT
REQUIREMENTS FOR FEDERAL AWARDS
Subpart D - Post Federal Award Requirements
Record Retention and Access
electronic and cannot be altered, there is no need to
create and retain paper copies. When original
records are paper, electronic versions may be
substituted through the use of duplication or other
forms of electronic media provided that they are
subject to periodic quality control reviews, provide
reasonable safeguards against alteration, and
remain readable.
§200.337 Access to records.
Records of non-Federal entities. The Federal
awarding agency, Inspectors General, the
Comptroller General of the United States, and the
pass-through entity, or any of their authorized
representatives, must have the right of access to any
documents, papers, or other records of the non-
Federal entity which are pertinent to the Federal
award, in order to make audits, examinations,
excerpts, and transcripts. The right also includes
timely and reasonable access to the non-Federal
entity's personnel for the purpose of interview and
discussion related to such documents.
(a) Extraordinary and rare circumstances. Only
under extraordinary and rare circumstances would
such access include review of the true name of
victims of a crime. Routine monitoring cannot be
considered extraordinary and rare circumstances
that would necessitate access to this information.
When access to the true name of victims of a crime
is necessary, appropriate steps to protect this
sensitive information must be taken by both the
non-Federal entity and the Federal awarding
agency. Any such access, other than under a court
order or subpoena pursuant to a bona fide
confidential investigation, must be approved by the
head of the Federal awarding agency or delegate.
(b) Expiration of right of access. The rights of
access in this section are not limited to the required
retention period but last as long as the records are
retained. Federal awarding agencies and pass-
through entities must not impose any other access
requirements upon non-Federal entities.
§200.338 Restrictions on public access to
records.
No Federal awarding agency may place restrictions
on the non-Federal entity that limit public access to
the records of the non-Federal entity pertinent to a
Federal award, except for protected personally
identifiable information (PII) or when the Federal
awarding agency can demonstrate that such
records will be kept confidential and would have
been exempted from disclosure pursuant to the
Freedom of Information Act (5 U.S.C. 552) or
controlled unclassified information pursuant to
Executive Order 13556 if the records had belonged
to the Federal awarding agency. The Freedom of
Information Act (5 U.S.C. 552) (FOIA) does not
apply to those records that remain under a non-
Federal entity's control except as required under
§200.315. Unless required by Federal, state, local,
and tribal statute, non-Federal entities are not
required to permit public access to their records.
The non-Federal entity's records provided to a
Federal agency generally will be subject to FOIA
and applicable exemptions.
CERTIFICATION FOR GRANTS, LOANS, AND COOPERATIVE AGREEMENTS
The undersigned certifies to the best of his knowledge and belief that:
1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or
employee of any Federal agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress in connection with the
awarding of any Federal contract, the making of any Federal grant, the making of
any Federal loan, the entering into of any cooperative agreement, and the extension,
continuation, renewal, amendment, or modification of any Federal contract, grant,
loan, or cooperative agreement.
2.If any funds other than Federal appropriated funds have been paid or will be paid to
any person for influencing or attempting to influence an officer or employee of any
Federal agency, a Member of Congress, an officer or employee of Congress, or an
employee of a Member of Congress in connection with this Federal contract, grant,
loan, or cooperative agreement, the undersigned shall complete and submit
Standard Form - LLL, “Disclosure Form to Report Lobbying,” in accordance with
its instructions.
3.The undersigned shall require that the language of this certification be included in
the award documents for all sub awards at all tiers (including sub grants, and
contracts and subcontracts under grants, sub grants, loans and cooperative
agreements) which exceed $100,000, and that all such sub recipients shall certify
and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed
when this transaction was made or entered into. Submission of this certification is a
prerequisite for making or entering into this transaction imposed by Section 1352,
Title 31, U.S. Code. Any person who fails to file the required certification shall be
subject to a civil penalty of not less than $10,000 and not more than $100,000 for each
such failure.
Sponsor
Signature
Name (Sponsor's CEO)
Form LPA-018
Form LPA-019
Page 1 of 2
Federal Funding Accountability and Transparency Act (FFATA)
Reporting Requirements
(For more information go to https://www.fsrs.gov/)
FFATA was signed on September 26, 2006. The intent is to empower every American with
the ability to hold the government accountable for each spending decision. The end result is to
reduce wasteful spending in the government. The FFATA legislation requires information on federal
awards (federal financial assistance and expenditures) be made available to the public via a single,
searchable website, which is www.USASpending.gov.
A Prime Grant Recipient (Arkansas Department of Transportation (hereinafter called
ARDOT)) awarded a new Federal grant greater than or equal to $25,000 as of October 1, 2010 is
subject to FFATA sub-award reporting requirements as outlined in the Office of Management and
Budget guidance issued August 27, 2010. ARDOT is required to file a FFATA sub-award report
for any sub-grant awarded to a sub-awardee greater than or equal to $25,000. As a
sub-awardee, _______________________________________________ shall provide the following
information to ARDOT in order to fulfill FFATA reporting requirements:
A Unique Entity Identifier (UEI) of the sub-awardee receiving the award and the parent entity
of the recipient, should the sub-awardee be owned by another entity;
The names and total compensation of the five most highly compensated officers of the
sub-awardee if the sub-awardee in the preceding Federal fiscal year received 80 percent or
more of its annual gross revenues in Federal awards; and $25,000,000 or more in annual
gross revenues from Federal awards; and the public does not have access to information
about the compensation of the senior executives of the sub-awardee through periodic
reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C.
78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. See FFATA § 2(b)(1).
Form LPA-019
Page 2 of 2
Required Sub-Awardee Information
(A) Sub-Awardee UEI: _________________________ UEI Expiration Date: _____________
Parent (if applicable) UEI: ____________________ UEI Expiration Date: _____________
(B) In the preceding completed Federal fiscal year, did your business or organization (the legal
entity to which the UEI number entered above belongs) receive (1) 80 percent or more of its
annual gross revenues in U.S. federal contracts, subcontracts, loans, grants, subgrants, and/or
cooperative agreements; and (2) $25,000,000 or more in annual gross revenues from U.S.
federal contracts, subcontracts, loans, grants, subgrants, and/or cooperative agreements?
Yes No
If "Yes" is selected, answer (C).
(C) Does the public have access to information about the compensation of the executives in your
business or organization (the legal entity to which the UEI entered above belongs) through
periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934
(15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986?
Yes No
If "Yes” is selected, visit http://www.sec.gov/edgar.shtml for reference.
If "No" is selected, answer (D).
(D) If “No” was selected in Question “C”, complete the following information for the five (5) most
highly compensated executives in your business or organization (the legal entity to which the
UEI entered above belongs). Amount should reflect the Total Compensation Amount in the
preceding completed Federal fiscal year in U.S. whole dollars.
Sub-Awardee Names and Compensation of Most Highly Compensated Officers
1. Name: ________________________________ Amount: $________________
2. Name: ________________________________ Amount: $________________
3. Name: ________________________________ Amount: $________________
4. Name: ________________________________ Amount: $________________
5. Name: ________________________________ Amount: $________________
LPA Project Quarterly Report Form
Date:
Progress Report:
Job No.: Job Name:
F.A.P.: Funding Program: Year: Quarter:
Sponsor: Submitted By:
Sponsor Phone: Sponsor Email:
CURRENT PROJECT STATUS
Construction
Plans: ☐30%☐60%☐90%☐Final
Environmental
Clearance: ☐ARDOT to Handle ☐Preliminary ☐Partially Complete
All Permits Received
☐
Date:
Final Clearance
☐
Date:
Right of Way
Acquisition:
☐No Acquisition Needed ☐ROW Plans in Progress
ROW Plans Approved
☐
Date:
☐
Acquisition Documents
Approved
Date:
☐Acquisition Underway
Acquisition Complete
☐
Date:
Right of Way Certification Submitted
☐ Conditional ☐ Final
Date: __________
Utility
Relocation: ☐Utility Relocation
Not Necessary
Relocation Plans Prepared
☐
Date:
☐Relocation Underway
Relocation Complete
☐
Date:
Authority to
Advertise:
Request Submitted
☐
Date:
ARDOT Approval Received
☐
Date:
Bid Opening
Date:
Concurrence
in Award:
Request Submitted
☐
Date:
ARDOT Approval Received ☐
Date:
Contract Executed
Date:
Construction: Progress (%) Estimated Completion
Date:
Project Completed
Date:
ARDOT Contact: Rev. 10-2-2023
☐
☐
Form LPA-020
CHANGE ORDER FORM Form LPA-022
ARDOT JOB NO.:F.A.P. No.:CHANGE ORDER NO.:
JOB NAME:DATE PREPARED:
OWNER:PREPARED BY:
CONTRACTOR:
DESCRIPTION OF CHANGE(S):
JUSTIFICATION / REASON FOR CHANGE(S):
AMOUNT QUANTITY
-$
-$
-$
-$
-$
-$
-$
-$
-$
-$
-$
-$
-$
-$
-$
-$
-$
-$
-$
TOTALS:-$
-$
-$
-$
-$
-$
-$
SUMMARY
ITEM
NO.ITEM UNIT UNIT
PRICE
PRESENT REVISED
QUANTITY AMOUNT
-$
-$
-$
-$
-$
-$
-$
-$
-$
-$
-$
-$
-$
-$
Prepared by ARDOT Page 1 of 2 Revised: 8/10/2023
CHANGE ORDER FORM Form LPA-022
CHANGES TO CONTRACT PRICE:
ORIGINAL CONTRACT PRICE
CURRENT CONTRACT PRICE ADJUSTED BY PREVIOUS CHANGE ORDERS
THE CONTRACT PRICE DUE TO THIS CHANGE ORDER WILL BE (INCREASED) / (DECREASED) BY
THE NEW CONTRACT PRICE, INCLUDING THIS CHANGE ORDER, WILL BE
CHANGES TO CONTRACT TIME:
THE CURRENT CONTRACT TIME DAYS
THE CONTRACT TIME WILL BE (INCREASED) / (DECREASED) BY DAYS
THE CONTRACT PERIOD, INCLUDING THIS CHANGE ORDER, SHALL BE DAYS
APPROVALS:
CONTRACTOR: [INSERT CONTRACTOR NAME HERE]
Signature Date Signature Date
OWNER: [INSERT OWNER NAME HERE]ARDOT RESIDENT ENGINEER CONCURS
Signature Date Signature Date
ARDOT LOCAL PROGRAMS APPROVES
Signature Date
-$
ENGINEER: [INSERT ENGINEER NAME HERE]
-$
Prepared by ARDOT Page 2 of 2 Revised: 8/10/2023
Form LPA-029
Title VI Requirements and Responsibilities
Title VI of the Civil Rights Act of 1964, prohibits discrimination based upon race, color,
and national origin. Specifically, 42 USC 2000d states that “No person in the United
States shall, on the ground of race, color, or national origin, be excluded from participation
in, be denied the benefits of, or be subjected to discrimination under any program or
activity receiving Federal financial assistance.”
ARDOT is a recipient of federal funds from the U.S. Department of Transportation modal
agencies, including the Federal Highway Administration (FHWA) and the Federal Transit
Administration (FTA). All recipients/subrecipients of federal funding must comply with the
requirements of Title VI of the Civil Rights Act of 1964 and other nondiscrimination
statues, regulation, and authorities.
Therefore, the sponsor (subrecipient) must also comply with the requirements of Title VI
and its responsibilities.
Upon receipt of ARDOT reimbursement, the subrecipient will be required to establish
Title VI compliance. ARDOT’s Title VI Coordinator or designee will contact the
subrecipient to request the following information:
• Name of designated Title VI/ADA/Section 504 Coordinator
• Notice of Nondiscrimination
• Complaint Procedure and Process
• Complaint Form
• Standard USDOT Title VI/Non-Discrimination Assurances
o Must be signed annually by highest ranking official
The Title VI Coordinator or designee will assist the subrecipient in establishing the
information as needed. For further information or inquiries, please contact the Civil Rights
Division at 501-569-2299.
Form LPA-031
Please Print on Sponsor Letterhead
(Request for ARDOT On-call Consultant)
DATE
Mr. David Siskowski
Division Head – Local Programs
Arkansas Department of Transportation
P. O. Box 2261
Little Rock, AR 72203
Re: Job #
Job Name
County
Dear Mr. Siskowski:
We are interested in the Department contracting with an on-call consultant on our behalf. This
letter certifies our understanding that, as the Sponsor, we remain responsible for the duties and
functions outlined in the Agreement of Understanding, including full project management of the
referenced project. Should an on-call consultant be assigned, their services would be limited to
the [INDICATE PHASE(S) (i.e. Planning, Design, Environmental, Right of Way, Utility
Relocation, and/or Construction Engineering)] phase(s).
We also acknowledge that the Department retains full discretion in selecting the on-call consultant.
We understand that this decision may be based on factors including but not limited to current
availability, workload, qualifications, and geographic location of the project.
Sincerely,
NAME & OFFICE
(Sponsor’s CEO)
September 16, 2025
Mr. David Siskowski
Division Head – Local Programs
Arkansas Department of Transportation
P. O. Box 2261
Little Rock, AR 72203
Re: Job 041003
College Ave. – Garland Ave. (North St.)
(Fayetteville)(S)
Washington County
Dear Mr. Siskowski:
The full-time employee in responsible charge of the day to day oversight for the referenced project
will be Paul Libertini, P.E., Staff Engineer. This letter certifies that the employee is aware of the
duties and functions they are in charge of as outlined in the Agreement of Understanding. This
employee may be reached by phone at (479) 444-3419 or by email at plibertini@fayetteville-ar.gov
Sincerely,
Molly Rawn
Mayor
CERTIFICATION FOR GRANTS, LOANS, AND COOPERATIVE AGREEMENTS
The undersigned certifies to the best of his knowledge and belief that:
1.No Federal appropriated funds have been paid or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or
employee of any Federal agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress in connection with the
awarding of any Federal contract, the making of any Federal grant, the making of
any Federal loan, the entering into of any cooperative agreement, and the extension,
continuation, renewal, amendment, or modification of any Federal contract, grant,
loan, or cooperative agreement.
2.If any funds other than Federal appropriated funds have been paid or will be paid to
any person for influencing or attempting to influence an officer or employee of any
Federal agency, a Member of Congress, an officer or employee of Congress, or an
employee of a Member of Congress in connection with this Federal contract, grant,
loan, or cooperative agreement, the undersigned shall complete and submit
Standard Form - LLL, “Disclosure Form to Report Lobbying,” in accordance with
its instructions.
3.The undersigned shall require that the language of this certification be included in
the award documents for all sub awards at all tiers (including sub grants, and
contracts and subcontracts under grants, sub grants, loans and cooperative
agreements) which exceed $100,000, and that all such sub recipients shall certify
and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed
when this transaction was made or entered into. Submission of this certification is a
prerequisite for making or entering into this transaction imposed by Section 1352,
Title 31, U.S. Code. Any person who fails to file the required certification shall be
subject to a civil penalty of not less than $10,000 and not more than $100,000 for each
such failure.
Sponsor
Signature
Name (Sponsor's CEO)
Form LPA-018
City of Fayetteville
Molly Rawn, Mayor
Form LPA-019
Page 1 of 2
Federal Funding Accountability and Transparency Act (FFATA)
Reporting Requirements
(For more information go to https://www.fsrs.gov/)
FFATA was signed on September 26, 2006. The intent is to empower every American with
the ability to hold the government accountable for each spending decision. The end result is to
reduce wasteful spending in the government. The FFATA legislation requires information on federal
awards (federal financial assistance and expenditures) be made available to the public via a single,
searchable website, which is www.USASpending.gov.
A Prime Grant Recipient (Arkansas Department of Transportation (hereinafter called
ARDOT)) awarded a new Federal grant greater than or equal to $25,000 as of October 1, 2010 is
subject to FFATA sub-award reporting requirements as outlined in the Office of Management and
Budget guidance issued August 27, 2010. ARDOT is required to file a FFATA sub-award report
for any sub-grant awarded to a sub-awardee greater than or equal to $25,000. As a
sub-awardee, _______________________________________________ shall provide the following
information to ARDOT in order to fulfill FFATA reporting requirements:
A Unique Entity Identifier (UEI) of the sub-awardee receiving the award and the parent entity
of the recipient, should the sub-awardee be owned by another entity;
The names and total compensation of the five most highly compensated officers of the
sub-awardee if the sub-awardee in the preceding Federal fiscal year received 80 percent or
more of its annual gross revenues in Federal awards; and $25,000,000 or more in annual
gross revenues from Federal awards; and the public does not have access to information
about the compensation of the senior executives of the sub-awardee through periodic
reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C.
78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. See FFATA § 2(b)(1).
Form LPA-019
Page 2 of 2
Required Sub-Awardee Information
(A) Sub-Awardee UEI: _________________________ UEI Expiration Date: _____________
Parent (if applicable) UEI: ____________________ UEI Expiration Date: _____________
(B) In the preceding completed Federal fiscal year, did your business or organization (the legal
entity to which the UEI number entered above belongs) receive (1) 80 percent or more of its
annual gross revenues in U.S. federal contracts, subcontracts, loans, grants, subgrants, and/or
cooperative agreements; and (2) $25,000,000 or more in annual gross revenues from U.S.
federal contracts, subcontracts, loans, grants, subgrants, and/or cooperative agreements?
Yes No
If "Yes" is selected, answer (C).
(C) Does the public have access to information about the compensation of the executives in your
business or organization (the legal entity to which the UEI entered above belongs) through
periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934
(15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986?
Yes No
If "Yes” is selected, visit http://www.sec.gov/edgar.shtml for reference.
If "No" is selected, answer (D).
(D) If “No” was selected in Question “C”, complete the following information for the five (5) most
highly compensated executives in your business or organization (the legal entity to which the
UEI entered above belongs). Amount should reflect the Total Compensation Amount in the
preceding completed Federal fiscal year in U.S. whole dollars.
Sub-Awardee Names and Compensation of Most Highly Compensated Officers
1. Name: ________________________________ Amount: $________________
2. Name: ________________________________ Amount: $________________
3. Name: ________________________________ Amount: $________________
4. Name: ________________________________ Amount: $________________
5. Name: ________________________________ Amount: $________________
113 West Mountain Street
Fayetteville, AR 72701
479) 575-8323
Resolution: 60-25
File Number: 2025-171
2025 TRANSPORTATION FEDERAL AID (GRANT APPLICATION):
A RESOLUTION TO EXPRESS THE WILLINGNESS OF THE CITY OF FAYETTEVILLE TO APPLY FOR AND
UTILIZE FEDERAL -AID FUNDS FOR THE RUPPLE ROAD LIGHTING, DRAKE STREET TRAIL
CONNECTION, TRANSIT STOP ENHANCEMENTS, MISSION BOULEVARD TRAIL, RAZORBACK
GREENWAY ASPHALT REPLACEMENT, GARLAND AVENUE, AND NORTH STREET CORRIDOR
PROJECTS
WHEREAS, the passage of the Bipartisan Infrastructure Bill is providing more opportunities for Federal funding
assistance; and
WHEREAS, grant programs administered regionally through the Northwest Arkansas Regional Planning Commission
include the Carbon Reduction Program (CRP), the Surface Transportation Bock Grant -Attributable Program (STBGP-
A), and the Transportation Alternatives Program (TAP) that will provide over $13 million in funding for the Northwest
Arkansas Region; and
WHEREAS, the funding for selected projects will be at an 80/20 Federal and Local participating ratio, up to the
maximum Federal -aid available; and
WHEREAS, seven projects have been identified for application for federal funding:
Grant Program Existing/New Project Description Amount
Project
RP Existing Rupple Road Lighting — Persimmon to MLK 500,000
AP Existing Drake Street Trail Connections 300,000
AP New Transit Stop Enhancements 150,000
AP New Mission Blvd Trail Phase 3 600,000
TP New Razorback Greenway Asphalt Replacement 250,000
STBGP-A New Garland Ave. (Hwy 112) 2,000,000
STBGP-A New North Street Corridor Garland to College) 500,000
WHEREAS, on January 28, 2025, the Transportation Committee reviewed the grant project proposals and voted
unanimously to forward the request to apply to the full City Council for approval
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Page 1
Resolution: 60-25
File Number: 2025-171
Section 1: That the City Council of the City of Fayetteville, Arkansas authorizes Mayor Rawn to submit applications
for 80% federal 20% local matching grants through the Federal Highway Administration, the Arkansas Department of
Transportation and the Northwest Arkansas Regional Planning Commission for the above identified projects.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby agrees to participate in accordance with
its designated responsibilities in these projects, including providing the local match requirement.
Section 3. That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Rawn to execute all
appropriate agreements and contracts necessary to expedite the construction of these projects.
Section 4: That the City Council of the City of Fayetteville, Arkansas pledges its full support and hereby authorizes the
Arkansas Department of Transportation and Northwest Arkansas Regional Planning Commission to initiate action to
implement these projects.
PASSED and APPROVED on February 18, 2025
Approved:
Molly Rawn, Mayor
Attest:
Kara Paxton, City Clerk Treasurer
Page 2
CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF FEBRUARY 18, 2025
TO: Mayor Rawn and City Council
THRU: Chris Brown, Public Works Director
Keith Macedo, Interim Chief of Staff
FROM: Matt Casey, Engineering Design Manager
SUBJECT: 2025 Federal Aid Transportation Grant Application
RECOMMENDATION:
CITY COUNCIL MEMO
2025-171
Staff recommends approval of a resolution expressing the willingness to apply for federal -aid funds and allow
staff to submit applications for 80% federal 20% local matching grants through the Federal Highway
Administration, the Arkansas Department of Transportation and the Northwest Arkansas Regional Planning
Commission. Grant projects include the Rupple Road Lighting, Drake Street Trail Connection, Transit Stop
Enhancements, Mission Blvd. Trail (Phase 3), Razorback Greenway Asphalt Replacement, Garland Ave. (Hwy
112), and North Street Corridor (Garland Ave. to College Ave.)
BACKGROUND:
The passage of the Bipartisan Infrastructure Bill is providing more opportunities for Federal funding assistance.
Grant programs administered regionally through the Northwest Arkansas Regional Planning Commission
include the Carbon Reduction Program (CRP), the Surface Transportation Block Grant -Attributable (STBGP-A)
Program, and the Transportation Alternatives Program (TAP). In total, these programs will provide over $13
million in funding for the Northwest Arkansas Region. Additionally, the State Department of Transportation
offers a statewide grant opportunity through their Transportation Alternatives Program.
DISCUSSION:
Seven projects have been identified for application for federal funding as shown below.
rant Program
TBGP-A
TBGP-A
Existing/New
Project
Existing
Existing
New
New
New
New
New
Project Description Amount
Requested
Rupple Road Lighting — Persimmon to MILK (Hwy 62)$500,000
Drake Street Trail Connections 300,000
Transit Stop Enhancements 150,000
Mission Blvd Trail Phase 3 600,000
Razorback Greenway Asphalt Replacement 250,000
Garland Ave. (Hwy 112) 2,000,000
North Street Corridor (Garland to College) 500,000
BUDGET/STAFF IMPACT:
If the grants are approved, the City of Fayetteville will be responsible for 20% of the total project cost while
Mailing address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
Federal funding will provide 80%. Matching funding has been budgeted through various accounts in
anticipation of award of grant funding.
On January 28th, 2025, the Transportation Committee reviewed the grant project proposals and voted
unanimously to forward the request to apply to the full City Council for approval to apply. The grant programs
require a resolution be included with the application.
ATTACHMENTS: SRF (#3) , Public Notice of NWARPC (#4), Drake St. Residential and Business Density 8.5
x 11 (#5), Mission Blvd Trail Map - Phases (#6), North Street Corridor (#7), Rupple Trail Lighting Location Map
1-29-25 (#8), Garland Ave - Hwy 112 (#9)
Mailing address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
City of Fayetteville, ArkansasY 113 West Mountain Street
Fayetteville, AR 72701
479)575-8323
Legislation Text
File #: 2025-171
2025 Federal Aid Transportation Grant Application
A RESOLUTION TO EXPRESS THE WILLINGNESS OF THE CITY OF FAYETTEVILLE TO
APPLY FOR AND UTILIZE FEDERAL -AID FUNDS FOR THE RUPPLE ROAD LIGHTING,
DRAKE STREET TRAIL CONNECTION, TRANSIT STOP ENHANCEMENTS, MISSION
BOULEVARD TRAIL, RAZORBACK GREENWAY ASPHALT REPLACEMENT, GARLAND
AVENUE, AND NORTH STREET CORRIDOR PROJECTS
WHEREAS, the passage of the Bipartisan Infrastructure Bill is providing more opportunities for
Federal funding assistance; and
WHEREAS, grant programs administered regionally through the Northwest Arkansas Regional
Planning Commission include the Carbon Reduction Program (CRP), the Surface Transportation Bock
Grant -Attributable Program (STBGP-A), and the Transportation Alternatives Program (TAP) that will
provide over $13 million in funding for the Northwest Arkansas Region; and
WHEREAS, the funding for selected projects will be at an 80/20 Federal and Local participating ratio,
up to the maximum Federal -aid available; and
WHEREAS, seven projects have been identified for application for federal funding:
Grant Program Existing/New Project Description Amount
Project
CRP Existing Rupple Road Lighting — Persimmon to MLK 500,000
AP Existing Drake Street Trail Connections 300,000
AP New Transit Stop Enhancements 150,000
AP New Mission Blvd Trail Phase 3 600,000
TP New Razorback Greenway Asphalt Replacement 250,000
STBGP-A New Garland Ave. (Hwy 112) 2,000,000
STBGP-A New North Street Corridor Garland to College) 500,000
WHEREAS, on January 28, 2025, the Transportation Committee reviewed the grant project proposals
and voted unanimously to forward the request to apply to the full City Council for approval
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Page 1
Resolution: 60-25
File Number: 2025-171
Section 1: That the City Council of the City of Fayetteville, Arkansas authorizes Mayor Rawn to submit
applications for 80% federal 20% local matching grants through the Federal Highway Administration,
the Arkansas Department of Transportation and the Northwest Arkansas Regional Planning Commission
for the above identified projects.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby agrees to participate in
accordance with its designated responsibilities in these projects, including providing the local match
requirement.
Section 3: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Rawn to
execute all appropriate agreements and contracts necessary to expedite the construction of these projects.
Section 4: That the City Council of the City of Fayetteville, Arkansas pledges its full support and
hereby authorizes the Arkansas Department of Transportation and Northwest Arkansas Regional
Planning Commission to initiate action to implement these projects.
Page 2
Matt Casey
Submitted By
City of Fayetteville Staff Review Form
2025-171
Item ID
2/18/2025
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
1/30/2025
Submitted Date
Action Recommendation:
ENGINEERING (621)
Division / Department
Staff recommends approval of a resolution expressing the willingness to apply for federal -aid funds and allow staff
to submit applications for 80% federal 20% local matching grants through the Federal Highway Administration, the
Arkansas Department of Transportation and the Northwest Arkansas Regional Planning Commission. Grant
projects include the Rupple Road Lighting, Drake Street Trail Connection, Transit Stop Enhancements, Mission Blvd.
Trail (Phase 3), Razorback Greenway Asphalt Replacement, Garland Ave. (Hwy 112), and North Street Corridor
Garland Ave. to College Ave.)
Budget Impact:
Various Various
Account Number Fund
Various Various
Project Number Project Title
Budgeted Item? Yes Total Amended Budget
Expenses (Actual+Encum)
Available Budget
Does item have a direct cost? Yes Item Cost
Is a Budget Adjustment attached? No Budget Adjustment
Remaining Budget
V20221130
Purchase Order Number: Previous Ordinance or Resolution #
Change Order Number: Approval Date:
Original Contract Number:
Comments:
NWA
Regional
Planning
Commission
PUBLIC NOTICE OF
NWARPC FFY 2026 CALL FOR PROJECTS
FOR STBGP-A, TAP, & CRP FUNDING
The Northwest Arkansas Regional Planning Commission (NWARPC), serving as the NWA Metropolitan
Planning Organization (MPO), announces the availability of approximately $11.7 million in NWARPC
Surface Transportation Block Grant Program — Attributable (STBGP-A) funding, $1.3 million in NWARPC
Transportation Alternatives Program (TAP) funding and $1.4 million in NWARPC Carbon Reduction
Program (CRP) funding for Federal Fiscal Year (FFY) 2026. Availability of FFY 2026 funding is subject to
Congressional action. The Bipartisan Infrastructure Law (BIL), enacted as the Infrastructure Investment
and Jobs Act(IIJA), Pub. L. 117-58 (Nov. 15, 2021) provides federal suballocated funding to the Fayetteville -
Springdale -Rogers AR -MO Urban Area.
STBGP-A, TAP, and CRP are federally funded, 80% Federal / 20% Local, reimbursable programs and
projects must meet and follow the ARDOT Local Public Agency (LPA) federal -aid process for
reimbursement. Funds must be used for eligible projects that are submitted by eligible entities and chosen
through a competitive process. Additional information on the programs can be found at:
STBG Fact Sheet: www.fhwa.dot.gov/bipartisan-infrastructure-law/stbg.cfm
TAP Fact Sheet: www.fhwa.dot.gov/bipartisan-infrastructure-law/ta.cfm
CRP Fact Sheet: www.fhwa.dot.gov/bipartisan-infrastructure-law/crp fact sheet.cfm
APPLICATION INFORMATION: The FFY 2026 STBGP-A, TAP, and CRP Funding Request Applications are
available at the NWARPC office located at 1311 Clayton Street, Springdale, AR 72762 and online at
www.nwarpc.org/funding-programs/. APPLICATIONS MUST BE RECEIVED NO LATER THAN 11:59 P.M.
CT), THURSDAY, APRIL 3, 2025. Any funding request submitted after this deadline will not be considered.
For information on this program or questions related to the application process, please contact Nicole
Gibbs, Transportation Programs Manager/Regional Planner, NWARPC, 1311 Clayton, Springdale, AR
72762, (479) 751-7125 x105.
FFY 2026 NWARPC STBGP-A, TAP, and CRP Project Application Timeline:
Call for Projects Notice —January 5, 2025
Project Funding Request Deadline —April 3, 2025 at 11:59 P.M. CT
NWARPC NOTICE OF NONDISCRIMINATION POLICY: The NWARPC complies with all civil rights provisions of federal statutes and
related authorities that prohibit discrimination in programs and activities receiving federal financial assistance. Therefore, the
NWARPC does not discriminate on the basis of race, sex, color, age, national origin, religion or disability, in the admission, access
to and treatment in NWARPC's programs and activities, as well as the NWARPC's hiring or employment practices. Complaints of
alleged discrimination and inquiries regarding the NWARPC's nondiscrimination policies may be directed to Nicole Gibbs, AICP,
Regional Planner— EEO/DBE (ADA/504/Title VI Coordinator), 1311 Clayton, Springdale, AR 72762, (479) 751-7125, (Voice/TTY 711
or 1-800-285-1131) or ngibbs@nwarpc.org; Para Ilamadas en espanol, marques el 866-656-1842; para Ilamadas en ingles,
marques el 711 o directamente al 800-285-1131 o ngibbs@nwarpc.org. This notice is available from the ADA/504/Title VI
Coordinator in large print, on audiotape and in Braille. If information is needed in another language, contact NWARPC at least 48
hours before the meeting. Si necesita informacion en otro idioma, comunigese NWARPC cuando menos 48 horas antes de la
junta.
NWA
Regional
Planning
Commission
AVISO PUBLICO DE LA CONVOCATORIA
NWARPC FFY 2026 PARA PROYECTOS
PARA LA FINANCIACION STBGP-A, TAP Y CRP
La Comision de Planificacion Regional del Noroeste de Arkansas (NWARPC), que actua como Organizacion
de Planificacion Metropolitana (MPO) de NWA, anuncia la disponibilidad de aproximadamente $11.7
millones en fondos del Programa de Subvenciones en Bloque para el Transporte de Superficie -
Atribuible (STBGP-A), $1.3 millones en fondos del Programa de Alternativas de Transporte (TAP) y $1.4
millones en fondos del Programa de Reduccion de Carbono (CRP) para el Ano Fiscal Federal (FFY) 2026.
La disponibilidad de fondos para el ano fiscal 2026 esta sujeta a la accion del Congreso. La Ley de
Infraestructura Bipartidista (BIL), promulgada como la Ley de Inversion en Infraestructura y Empleos (IIJA),
Pub. L. 117-58 (15 de noviembre de 2021) proporciona fondos federales subasignados al area urbana de
Fayetteville -Springdale -Rogers AR -MO.
STBGP-A, TAP, y CRP son programas reembolsables financiados por el gobierno federal, 80% federal/20%
local, y los proyectos deben cumplir y seguir el proceso de ayuda federal de la Agencia Publica Local (LPA)
de ARDOT para el reembolso. Los fondos deben utilizarse para proyectos elegibles que Sean presentados
por entidades elegibles y elegidos a traves de un proceso competitivo. Puede encontrar informacion
adicional sobre los programas en:
STBG: www.fhwa.dot.gov/bipartisan-infrastructure-law/stbg.cfm
TAP: www.fhwa.dot.gov/bipartisan-infrastructure-law/ta.cfm
CRP: www.fhwa.dot.gov/bipartisan-infrastructure-law/crp fact sheet.cfm
INFORMACION DE LA SOLICITUD: Las solicitudes de solicitud de financiamiento FFY 2026 STBGP-A, TAP y
CRP estan disponibles en la oficina de NWARPC ubicada en 1311 Clayton Street, Springdale, AR 72762 y
en linea en www.nwarpc.org/funding-programs/. LAS SOLICITUDES DEBEN RECIBIRSE A MAS TARDAR A
LAS 11:59 P.M. (CT) DEL JUEVES 3 DE ABRIL DE 2025. Las solicitudes de financiacion presentadas despues
de esta fecha limite no se tomaran en cuenta.
Para obtener informacion sobre este programa o preguntas relacionadas con el proceso de solicitud,
comuniquese con Nicole Gibbs, Gerente de Programas de Transporte/Planificadora Regional, NWARPC,
1311 Clayton, Springdale, AR 72762, (479) 751-7125 x105.
CRONOGRAMA DE SOLICITUD DE PROYECTOS FFY 2026 NWARPC STBGP-A, TAP Y CRP:
Aviso de convocatoria de proyectos — 5 de enero de 2025
Fecha limite de solicitud de financiamiento del proyecto — 3 de abril de 2025 a las 11:59 p. m. CT.
AVISO DE POLITICA DE NO DISCRIMINACION DEL NWARPC: El NWARPC cumple con todas las disposiciones de derechos civiles
de los estatutos federales y las autoridades relacionadas que prohiben la discriminacion en programas y actividades que reciben
asistencia financiera federal. Por to tanto, el NWARPC no discrimina por motivos de raza, sexo, color, edad, origen nacional,
religion o discapacidad, en la admision, el acceso y el tratamiento en los programas y actividades del NWARPC, asi como en las
practicas de contratacion o empleo del NWARPC. Las quejas de presunta discriminacion y las consultas con respecto a las political
de no discriminacion de NWARPC pueden dirigirse a Nicole Gibbs, AICP, Planificadora Regional — EEO/DBE
ADA/504/Coordinadora del Titulo VI), 1311 Clayton, Springdale, AR 72762, (479) 751-7125, (Voz/TTY 7-1-1 o 1-800-285-1131);
Para Ilamadas en espanol, marque el 866-656-1842; para Ilamadas en ingles, marque el 711, directamente al 800-285-1131 o
mande un correo electronico a ngibbs@nwarpc.org. Este aviso esta disponible con la coordinadora ADA/504/Titulo VI en letra
grande, grabacion audio y braille. Si necesita informacion en otro idioma, pdngase en contacto con Nicole Gibbs.
n= - f
RA!,1P A'
KENRAY ST
LONGVIEW ST '
40 R!• ti T \ONTEPAINTER DR _. PV : (
S, HAROLD ST rx
eK :
t Ci : iy:, s • • • • • • • z x•••••• ••• • ¢
wwlFr94'.` • O a 1,
pf • • • • ••• • • ••• °. Yc }
Ir •• 5• ••
7*
7 tf
CVDNEE ST • • • - Q - ¢
1L7 ¢ - - • • • •
rW • • • -
a .
a _ • • z
BISHOP DR ¢ • iz
z ••
o••• ..
m • •G 1p
RazorbackGreenway , p • •¢ m • ' . • • •
m
Uzi z • •
z•
I=•••••
yi••••N• O
REOBUD LN • A • •••• Z - : D-• w MIMOSA
LN EVERGREEN
LN • Q' O •
OAK;
AUGUSTADR >w_•m_ _ _ N ••
v
son
PRIVATE
511 w ,.:R N x •w• • • S r ~ •
N••w •w••w ' • • • • • • N 11E
ST Y
J .
Q
O • • ••
M » •
cv • w
w w O
btANADA S•T•<i U`
w •
O • • •
izii • jPRINCE5 _. .. VILLAGE LAKE DR •Z p • i • • _• f o CA$
SATT$L c' C s'D•eek Trail O •• •' ==
G+
FIADRID ST (r • • • w • y
m•i • • WESTVIEW
OR EYNOLDS
S7 STRANGE
DR O -- G SUNBRIDGE
DR p iROJw
N •
w • • •
O
Gj
C p
i\
Q • • •
O w • • q••
Y • • • _ KNAPP ST
WISE ST ,1 2 • • ' • • `n ry e '
Y'
j w %• •a11 • • • • • o r _ y
w •• O TOWNSHIP ST • • a • f O • • •
G'
9
m _ OIL
OtT
DR
0.00.
x • • •• •
O 9! .-- „
I
e OJP
2 i •
J
Z
TOR
y • ••
S ••
p Oyy
a. cOJi
rye\
2 . • • FE T
00 O LN Z UNNY HILL D, p • a
a z E McBdOty
Va
eY Trail GARRETT DR z ¢o m _
yt
C
O PRIVATE 2200
P 7 e OBPLPRIVATE2t43ResidentialUnit (
1.958 units) - - - Drake -Street -Trail Drake street Trail Connection and Cycietrack 0 400 800 1,600 Business (266
Businesses) Trails (Multi -Use) Feet 2,696Full-
Time _.Streams Proposed 2015 TAP Funding Project if 1,156Part -Time 1 inch = 800 feet 0 1C2
Mile Distance from Trail Document Path:
G:%GIS2\Propcts\2013\Trails--Drake Street Trail ConnectionWaps\Drake Street Trail Connection mxd
N
W+ E
S
u
Wooidland-_ v r
Ash St o
Y
FHealth
St
V
ry
k
New 12 foot wide Shared UseQ
Paved Trail (South Side)
s
are
0 Evelyn
Hills
of
ks
Lake
North St
Razorback- Mission Connector
UCi grYan fin.
Emers
Street -
Emerson Ln.
akeside Dr.
Rush Dr.
Jackson Dr.
0R On -Street Bikeway ( , A (Complete) woodlawn Dr.
Prospect Street
rur rnr r rur ruu
Wilson Park AphPgC4 Street
rCr)tp"r r
rr r urnr urnnnn
n Swq
Jofinson Sty
o a vu
Q
Q
o Gunter SzcN '
c
M
t`
4ofMapleStaa
Maple Street 2Washington; c
V
4_ >
Q, Lafayette St
Q 0 45
m
01
Dickson St
Existing12 foot wide
Shared -Use Paved Trail
Niokaska Creek Trail
To Razorback
Greenwa)
airview
Memorial
JT ai
a -_ 5 a>
E
M ID
U
O B d < ion
iv
M m id
No Root
6> p
Y Q
Upgraded Crosswalks with
Flashing Lights
I / I ,
bA
a,
New Trail
Crosswalk
i
New 10 foot wide Shared Use
Paved Trail (West Side)
t
Q
21 3
0v
V
Legend
Mission Blvd. Trail (2023
Construction)
Existing Shared -Use
Paved Trail
Mission -Razorback
Connector (Complete)
Enhanced Crosswalks
With Flashing Lights
CITY OF
FAYETTEVILLE Mission Blvd. Trail - 1.5 Miles January 2023
ARKANSAS 0 O.125 0.25 0.5
Mission -Razorback Connector Bikeway - 1.1 Mile Miles
I r L—
pia - •
c
ate_
r
o !! Z,
Y
o.-
M
O
N
L Q o
z 2! Z cY,
LU a Y N U
Q PQ
v'
LL,
wO JQ a
w
Q LA Elm.
T
Lu
r
v
LL
0
0
PRELIMINARY
NOT FOR
CONSTRUCTION
r ORIGINAL SIGNATURE ON FILE
1
r Q o
UJO
m
z oc1-4
10 1-4
V // w
fi >
W
Lu
Lu
0
LL
Q
s
O
J
t y
H WY 112/ N
uGARLANDAVE
J
PLAN SCAL —"
ll - 40 0 20 40 - ' 80
D 0 t
J
I LoQ
1 - ' i
Io ( IN FEET)-
1 inch = 40ft.
Q --- _
NmwwhmmbdamL
r
Call
R ,
D -- `JET .r _ _ _` _•
o
v ----
z
w
n 0
z
0
IIIIIC
n . w
s a
w
s Q
n
ll _
D-
n
Lu
I r
ui
1
NORTH ST
Y f . -
VIEW—=" - r
f
CORRIDOR
WEST
ui
A }
DESIGNED BY: DRAWN BY
4 ,
i — =
j. ,rt •' -
1
W\ A4 ELA ELA
31 / ! ` ` j ' ^
4 / • + A DATE: REVISION:
J 10/11/2021 REV. 30%
r • ! Z - SCALE: JOB NUMBER:
Ib J
a % `
1"=40' 20-2179
ram.•...
U-1
t LLJ
j
J
I
U
1
r
ur
J
J
01-C
to
ff -I-----
AIN • O A-INO AINO
r r At
11 _
I I1 _ j
ra
AINOAINO INO' I
1 •
v `
old
1
r •` ` —.
or 4r
J
ILL
1 • rr
r to. {'
Ald
t . . _ Ap-
t i _ Am
f..y
94
to
muAllA
4-,
t • _
lop
or
1' t r i
3 4a
J AINO AINO AINO i ti t '• t
a
R ' 1
it — •+s , S . • • . r w , _ i
44
r. ,' - i Z, PLAN SCALE
40 0 20 40 So
r r' 1. •' - ( IN FEET)
r •, '
1 inch = 40ft.
u o ' r W
r
Y AINO AINO INO40
uj iI
7
jW Tt J
K
I I + + > -
V c Ir. z f - • 1
n
n
W` ___ , _
y
n !'
n > E i - 1 _•
Jui
Z) , >
a W r Q
E I •
I > w
ui
f , —
to
It
w i - s• -
to
6w, 1 .
1 BEENEEMEN
uuuu
PRELIMINARY
NOT FOR
CONSTRUCTION
RIGINAL SIGNATURE ON FILE
O>
Q 0N
O
0
MJ
W
I..L
z
Q
O Lu
J
U
O
J
j
F Lu
U) Lu
w
2 Z
oC a
LL
O C2
Z Q
C7
Z
7
Ci
U
U')
Lu
Lr) 0
z
O
i
Lu
Q
4
i
NORTH ST
CORRIDOR
f CENTRAL-
WEST
r ,•
s +
I • r
DESIGNED BY: DRAWN BY
r ?
N
E LA E LA
DATE: REVISION:
10/5/2021 REV. 30%
SCALE: JOB NUMBER:
1"=40' 20-2179
EX-2
s
M • i• O44
muft
Q
ro
I '' .'
UYQM
Lu
Lu
4• , , s
O00
J
Lu
rcv
s_ 2
Lu
LL
PRELIMINARY
L •; NOT FOR
CONSTRUCTION
fit
Lli
Q i _ •; `AL!` ORIGINAL SIGNATURE ON FILE
W
o
I all4( _j
uj
z
7.
uj
10 fill _j
4
j _4 *k
1 Q
Lu
AL uj
D Q
j . P CAL Jac LL
J + • .J •
i l + • y' `
1/
40 0 :0. 40 80 • + J
10
1 ,• •,/ ! i ; / "' - - / ' ( IN FEET) :
j : • . , " ,
Q j _ -. :• +. d •
Wit: r'
t
1 inch = 40ft.
00
o WNW
i
NJ New mn
L.fi •
4-1
0 r 1 A-
Lui i• ,~•sue• `' z '
r, • ••
Me > Call
ILL
x tLuL O 4W
L ®
T. . ••
l - , - - '
i • _ .
y _--yl L
v f Z
I A T / Z
N __ 7
N
T
Lu
01
L {
Lu
f
j _ _ f \
Lu
j
O -
Lu
0
z •1
W-
6 Q >
o NORTH ST
Zc = f
Q . CORRIDOR
CENTRAL-
a - EAST
4-1
v ` + `
HWY 71 6/ COLLEGE AVE
1 ' DESIGNED BY: DRAWN BY
z << ', E LA E LAloll
71-
y
1 •,
J' • DATE: REVISION:
10/5/2021 REV. 30%
O _
i ; +7 _•_ ;
6 f
i' I%
SCALE: JOB NUMBER:
o • • •• f 62 1 :: 1"=40' 20-2179
N .... -yam' f,r• ' ,
EXiVrrs _
AliC 1
1
Lu
j
t . • ;' Q • ' IWt ' •
1 ,
j j, r_ ;t
ui
Q '
1
ui
ui
U--z_ i _.-`s Its . t
i r.' '
ri 1 1
SJ' _ 1
I
y
J r
V.
t any e = I
oo
AIR
T
s
al M
N
fta ! 1) Q O
U f^z z z
Y
ci D
N Lu
Lu
U
w
Q
w
rn
A w w
W7Ln
o
Ln
j
w
Nt
r
Moo
Its
w
Q
LL
14 -
i - , •. 7
1 -. • + ,
i PRELIMINARY
wonNOT FOR
f `'
r •• _
47;3!
1 *
I
T 1 /•
I AII
CONSTRUCTION
PwLr%- ' r
01
K
a /
j y r sT ,•. . 5., ' -; , k ,.' ,
r /
fi ORIGINAL SIGNATURE ON FILE
Ip
j R .a .. _ .,
1 1 = . l ( r •'
1 ? t i _ t '•' "1 -• j R
t .
F`
li '`' _ 'f'_• -
i .y.
e'
Q
r
lei ,
1 ' `. ,• l
f
Iv ~ ,• '
1i ¢' ,• - ,
t' .Lu
r40l
r / .
fit ,'
1ji J r •
pj - • •
J' J •
U..
No
1 '
1• .'`
PLAN SCALE /Lu r • - S- —•'
j. r 1•
1
T_'r • r .. M . `,[ , 3' ; ` :' 1 40
0 20 40 Q IN
FEET)
J t- _ ' • -
ti' -
J
J+- , •l1 ; , 'w? , ,/"
1 1
inch =
40ft. O Q
o
I '` `
e • ,,
r10
OIL fir• - it
46
ce
LL
1
0-
Aik Ap
CII
U
V "
eR`
yr +- ' / w 1 (nLu
y , — Lu
t
1 •' •
l >
Lu
f, NORTH
ST
t , CORRIDORj , .
a • ! ,¢• .. '%' •
I ' ;' "': , _ Y , ,;' '` ` J ' +'4 /, EAST fir f
j, , 111
r' !
S.
l
f • .fw'
v ji ' 'f ' f *. DESIGNED BY: DRAWN BY . ELA ELA
i r' ![
1'f ' .• + I. ,-'4 - DATE: REVISION: 7) TIP,V ,_ , . // ti - . • _ . _ „ -
10/5/2021 REV. 30% SCALE: JOB
NUMBER: l ' ,<• L '',: -:: , ,' . - ' `.
7
y r.
T 1"=
40'
20-2179 t , •r
it -
r V j
J t - 'rt A& - -, EX 4
Sloan Brook Village
Neighborhood
Under Construction)
Walnut Crossing
1 Neighborhood
1
I
I
Norrh Fo,N rarntiny ro t+
i
iJZ
1
xss
naE* i7W
owl cre •N
nd
Owl ere a _
Scnoor
m = c a
O _
O.
xtue 165
N
w din W° °` ,
s Rupple Road Trail
La yette St V
B Jd hvxll rte 16
a n" LeanMc
15t St
ry Fayetteville Vicinity Mapaatoearee: - I
m
Of I-PFPPPW
a)
X Rupple Road Trail
w
Proposed Trail lighting
Along 1.8 Miles of Existing Trail
I
Pa Or c
2
lidl
at
L'1
s S%V ccorkerpr.0 f owe'S
1
ar n Legend
Proposed Trail Lighting (1.8 Miles)
O
Existing 12' Wide Concrete Trail
CITY OF
FAYETTEVILLE
ARKANSARKANSAS
Rupple Road Trail
o zso soo ,,000 ,,soo 2,00
eet Proposed Trail Lighting
Mailing address:
113 W. Mountain Street
Fayetteville, AR 72701
www.fayetteville-ar.gov
Transportation Committee Memo
2025-1963
Meeting of September 30, 2025
To: Transportation Committee
Thru:
From:
Subject: NWARPC Transportation Alternatives Program Grant Agreement
Recommendation:
Staff recommends approval of an Agreement of Understanding with the Arkansas Department of
Transportation for the Transit Stop Enhancements Project made possible through the Northwest Arkansas
Regional Planning Commission – Transportation Alternatives Program and approving a budget adjustment to
recognize $150,000.00 in federal-aid funding and authorizing the Mayor to sign additional grant related
documents as necessary to implement the project.
Background:
In February 2025, the Fayetteville City Council approved Resolution 60-25, authorizing the City to apply for
$150,000 in Federal aid funding from the Arkansas Department of Transportation’s Transportation Alternatives
Program (TAP) through the Northwest Arkansas Regional Planning Commission (NWARPC). The funding was
sought to support Transit Stop Enhancements.
In July 2025, the City of Fayetteville was awarded the full $150,000 in TAP funding to implement the proposed
transit improvements.
Discussion:
In 2025, the NWARPC contracted Olsson Design to perform surveying, environmental clearance, and design
work for selected transit stops across the region. The scope of work includes the design of concrete loading
platforms, installation of bus shelters, and improvements to meet Americans with Disabilities Act (ADA)
accessibility standards.
In Fayetteville, five primary transit stop locations were selected for design, with two additional locations
identified as alternates pending budget availability. The identified locations are:
• N. Porter Rd and W. Skyler Dr.
• N. Porter Rd and W. Lawson St.
• S. Sang Ave and W. Stone St.
• Carlson Dr., east of Razorback Rd.
• W. Stone St. and S. Hill Ave.
• W. 15th St., west of Razorback Rd. (Includes two stops at this location)
Fayetteville is currently served by two transit agencies: Ozark Regional Transit (ORT) and Razorback Transit.
Combined, these agencies provide over one million annual fare-free rides. The city has more than 270 fixed-
route transit stops, yet over half of these stops lack basic ADA accessibility, and more than 80% do not have
shelters. The planned improvements aim to address these critical infrastructure gaps and enhance the rider
Mailing address:
113 W. Mountain Street
Fayetteville, AR 72701
www.fayetteville-ar.gov
experience across the system.
Budget/Staff Impact:
City staff has generated a cost estimate for $187,500 for implementation. The grant application for $150,000
will provide 80% funding with the City providing a 20% match of $37,500.
Attachments: 2025-1722 SRF Transit Stop TAP Grant, 2025-1722 BA Transit Stop TAP Grant, Transit Stop
Locations Map, 041004 Transit Stop TAP Agreement
City of Fayetteville Staff Review Form
2025-1722
Item ID
October 7th, 2025
City Council Meeting Date - Agenda Item Only
N/A for Non-Agenda Item
Matt Mihalevich 9/3/2025 ENGINEERING (621)
Submitted By Submitted Date Division / Department
Action Recommendation:
Staff recommends approval of an Agreement of Understanding with the Arkansas Department of Transportation for
the Transit Stop Enhancements Project made possible through the Northwest Arkansas Regional Planning
Commission – Transportation Alternatives Program and approving a budget adjustment to recognize $150,00.00 in
federal-aid funding and authorizing the Mayor to sign additional grant related documents as necessary to
implement the project.
Budget Impact:
4470.800.8820-5809.00 Sales Tax Capital Improvements
Account Number Fund
25004.2502 Transit Stop Infrastructure - NWARPC TAP Grant
Project Number Project Title
Budgeted Item?Yes Total Amended Budget $406,637.00
Expenses (Actual+Encum)$269,700.00
Available Budget $136,937.00
Does item have a direct cost?No Item Cost $-
Is a Budget Adjustment attached?Yes Budget Adjustment $190,724.00
$277.00 Remaining Budget $327,661.00
V20221130
Purchase Order Number:Previous Ordinance or Resolution #60-25, 189-25
Change Order Number:Approval Date:
Original Contract Number:
Comments:
City of Fayetteville, Arkansas - Budget Adjustment (Agenda)
Budget Year Division
/Org2 ENGINEERING (621)
Adjustment Number
2025 Requestor:Matt Mihalevich
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION:
Staff recommends approval of an Agreement of Understanding with the Arkansas Department of Transportation for the
Transit Stop Enhancements Project made possible through the Northwest Arkansas Regional Planning Commission –
Transportation Alternatives Program and approving a budget adjustment to recognize $150,00.00 in federal-aid funding and
authorizing the Mayor to sign additional grant related documents as necessary to implement the project.
COUNCIL DATE:10/7/2025
ITEM ID#:2025-1722
Holly Black
9/8/2025 3:52 PM
Budget Division Date
TYPE:D - (City Council)
JOURNAL #:
GLDATE:
RESOLUTION/ORDINANCE CHKD/POSTED:/
v.2025826TOTAL150,000 150,000
Increase / (Decrease)Project.Sub#
Account Number Expense Revenue Project Sub.Detl AT Account NameGLACCOUNTEXPENSEREVENUEPROJECTSUBATDESCRIPTION X
4470.800.8820-4309.00 -150,000 25004 2502 RE Federal Grants - Capital
4470.800.8820-5809.00 190,724 -25004 2502 EX Improvements - Street
4470.800.8820-5314.00 (40,724)-06035 2700 EX Professional Services
--
--
--
--
--
--
--
--
--
--
--
--
--
--
--
1 of 1
AGREEMENT OF UNDERSTANDING
BETWEEN
THE CITY OF FAYETTEVILLE
AND
THE NORTHWEST ARKANSAS REGIONAL PLANNING COMMISSION
AND
THE ARKANSAS DEPARTMENT OF TRANSPORTATION
In Cooperation with the
U.S. Department of Transportation, Federal Highway Administration
RELATIVE TO
Implementation of Job 041004, Transit Stop Enhancements (Fayetteville) (S) (hereinafter
called the “Project”) as a Federal-aid Transportation Alternatives Program – Attributable (TAP-A)
project.
WHEREAS, funding in the Infrastructure Investment and Jobs Act (IIJA) includes the following
Federal-aid funds for certain local projects:
Maximum
Federal % Minimum
Sponsor %
Preliminary Engineering by Consultant 80 20
Right of Way/Utilities 80 20
Construction 80 20
Construction Engineering by Consultant 80 20
Department Administrative Costs 80 20
WHEREAS, the City of Fayetteville (hereinafter called the “Sponsor”) has expressed its desire to
use Federal-aid funds for the eligible Project and to provide necessary matching cash share for
such funds; and
WHEREAS, the Sponsor has transmitted to the Arkansas Department of Transportation
(hereinafter called the “Department”) Resolution No. 60-25 from the Sponsor’s governing body
authorizing the Sponsor’s Chief Executive Officer (CEO) to execute agreements and contracts
with the Department for the Project; and
WHEREAS, the Northwest Arkansas Regional Planning Commission (hereinafter called the
“Commission”) awarded the Sponsor Federal-aid TAP-A funds; and
WHEREAS, funding participation will be subject to a limit of $150,000 maximum Federal-aid
TAP-A funds for the construction phase of the Project and obligation limitation approved; and
WHEREAS, the Sponsor knows of no legal impediments to the completion of the Project; and
Agreement of Understanding Between the City of Fayetteville, the Northwest Arkansas Regional Planning Commission,
and the Arkansas Department of Transportation
-2-
WHEREAS, it is understood that the Sponsor and the Department will adhere to the General
Requirements for Recipients and Sub-Recipients Concerning Disadvantaged Business Enterprises
(DBEs) (Form LPA-001) and that, as part of these requirements, the Department may set goals for
DBE participation in the Project, ranging from 0% to 100%, that are practical and related to the
potential availability of DBEs in desired areas of expertise; and
WHEREAS, the Department has published the Arkansas Local Public Agency Project Manual
(available at www.ardot.gov/LPA) which outlines procedures and requirements which must be
followed during development and construction of the Project; and
WHEREAS, the parties agree, unless specifically stated otherwise, that the provisions of this
agreement are not intended to create or confer a third party benefit or right in any person or entity,
not a party to this agreement.
IT IS HEREBY AGREED that the Sponsor, Commission, and the Department, in cooperation
with the Federal Highway Administration (FHWA), will participate in a cooperative program for
implementation and will accept the responsibilities and assigned duties as described hereinafter.
THE SPONSOR WILL:
1. Notify the Department in writing who the Sponsor designates as its full-time employee to be
in responsible charge of the day to day oversight of the Project (Form LPA-005). If the
designated full-time employee changes, the Sponsor must notify the Department by
resubmitting Form LPA-005. The duties and functions of this person are:
• Oversee project activities, including those dealing with cost, time, adherence to contract
requirements, construction quality and scope of Federal-aid projects;
• Maintain familiarity of day to day project operations, including project safety issues;
• Make or participate in decisions about changed conditions or scope changes that require
change orders and/or supplemental agreements;
• During construction, visit and review the project on a daily basis;
• Review financial processes, transactions, and documentation to ensure that safeguards are
in place to minimize fraud, waste, and abuse;
• Direct project staff, Sponsor or consultant, to carry out project administration and contract
oversight, including proper documentation; and
• Be aware of the qualifications, assignments and on-the-job performance of the Sponsor and
consultant staff at all stages of the project.
2. Initially submit to the Department $1,000 (20%) to be matched by $4,000 (80%) Federal-aid
funds for Department administrative costs associated with state preliminary engineering,
which include but are not limited to, on site meetings, environmental review, and plan and
specification review. The Sponsor’s final cost for this phase will be determined by actual
Department charges to preliminary engineering.
3. Be responsible for hiring a consultant engineering firm(s) in accordance with the Local Agency
Consultant Selection Procedures (Form LPA-002) to provide engineering services which
include environmental documentation, preliminary engineering, and construction engineering
for the Project. NOTE: FHWA authorization and Department approval must be given
prior to issuing a work order to the consultant for federal funds to be allowed in this
phase.
Agreement of Understanding Between the City of Fayetteville, the Northwest Arkansas Regional Planning Commission,
and the Arkansas Department of Transportation
-3-
• Make periodic payments to the consultant for preconstruction phases of the Project and
request reimbursement from the Department.
• Request reimbursement from the Department for eligible expenditures related to
preconstruction phases of the Project. Reimbursement requests should be submitted, at
minimum, every three (3) months and not more than once per month.
4. If desired, request that the Department contract with one of its on-call consultants on behalf of
the Sponsor (Form LPA-031).
• Execute a task order with the Department and the selected on-call consultant for
implementation of selected phases of the Project.
• Make periodic payments to the on-call consultant for work accomplished in accordance
with the task order.
• Request reimbursement from the Department for eligible on-call consultant related costs
incurred for the project. Reimbursement requests should be submitted, at minimum, every
three (3) months and not more than once per month.
5. Prepare plans, specifications, and a cost estimate for construction. A registered professional
engineer must sign the plans and specifications for the Project. (See Form LPA-003 for items
to be included in the bid proposal.)
6. Make periodic payments to the consultant for preliminary engineering for the Project and
request reimbursement from the Department. Reimbursement requests should be submitted,
at minimum, every three (3) months and not more than once per month.
7. Understand that expenditures for preliminary or construction engineering performed by
the Sponsor’s forces are not eligible for reimbursement with federal funds.
8. Prepare the necessary environmental documentation as required by FHWA and conduct any
required public involvement meetings and public hearings.
9. Ensure that the plans and specifications are developed using the Department’s standard
drawings and Standard Specifications for Highway Construction (latest edition).
10. Ensure that the plans and specifications comply with the Americans with Disabilities Act
(ADA), the American Association of State Highway and Transportation Officials (AASHTO)
design standards, and all other applicable state and federal regulations, including airport
clearance when necessary, for the type of work involved.
11. Before acquiring property or relocating utilities, contact the Department’s Right of Way
Division to obtain the procedures for acquiring right of way and adjusting utilities in
compliance with federal regulations. NOTE: Failure to notify the Department prior to
initiating these phases of work may result in all project expenditures being declared non -
participating in federal funds.
12. Acquire property in accordance with the Uniform Relocation Assistance and Real Property
Acquisition Policies Act of 1970, as amended (commonly referred to as the “Uniform Act”).
13. Ensure the preparation of utility adjustment and right of way plans are in accordance with
Arkansas State Highway Commission Policy.
Agreement of Understanding Between the City of Fayetteville, the Northwest Arkansas Regional Planning Commission,
and the Arkansas Department of Transportation
-4-
14. Be responsible for all non-reimbursable costs associated with the Sponsor owned utilities as
defined in the Department’s Utility Accommodation Policy.
15. Be responsible for the matching share for all reimbursable costs associated with the Sponsor
owned utilities as defined in the Department’s Utility Accommodation Policy.
16. Provide a copy of the registered deed or other approved documentation and an appropriate
certification stating the Sponsor’s clear and unencumbered title to any right of way to be used
for the Project (Form LPA-007). If property has been acquired for the Project, use
Form LPA-006 for certification of the right of way. NOTE: Any property that is to become
Department right of way must be acquired in the Department’s name.
17. Submit plans at 30%, 60%, and 90% completion stages for Department review.
18. Submit a certification letter (Form LPA-008), including all items noted, to the Department
when requesting authority to advertise the Project for construction bids.
19. Advertise for bids in accordance with federal procedures as shown in Form LPA-010. NOTE:
FHWA authorization and Department approval must be given prior to advertising for
construction bids.
20. Forward a copy of all addenda issued for the Project during the advertisement to the
Department.
21. After bids are opened and reviewed, submit a Certification Letter Requesting Concurrence in
Award (Form LPA-013), including all items noted, to the Department.
22. Prior to awarding the construction contract, submit a check for $1,000 (20%) to be matched by
$4,000 (80%) Federal-aid funds for Department administrative costs on the Project during
construction. The Sponsor’s final share of cost for this phase will be determined by actual
Department charges to construction engineering.
23. Prior to issuing the notice to proceed to the Contractor, the Sponsor must hold a
pre-construction meeting with the Contractor and must invite the Department’s Resident
Engineer assigned to the Project.
24. Ensure that all work, material testing and acceptance, and inspection is conducted in
accordance with the Department’s Standard Specifications for Highway Construction (latest
edition), Manual of Field Sampling and Testing Procedures, and Resident Engineer’s Manual
and with the plans, specifications, and all other applicable FHWA and Department procedures
for the Project.
25. Make periodic payments to the consultant for construction engineering for the Project and
request reimbursement from the Department. Reimbursement requests should be submitted,
at minimum, every three (3) months and not more than once per month.
26. Make payments to the contractor for work accomplished in accordance with the plans and
specifications and then request reimbursement from the Department on the Construction
Certification and Reimbursement Request (CCRR) form (Form LPA-014). Reimbursement
requests should be submitted, at minimum, every three (3) months and not more than once per
month.
Agreement of Understanding Between the City of Fayetteville, the Northwest Arkansas Regional Planning Commission,
and the Arkansas Department of Transportation
-5-
27. Attach LPA Report of Daily Work Performed (Form LPA-015) for all days that correspond
with each CCRR submittal.
28. Prior to executing the work, submit change orders (Form LPA-022) to the contract to the
Department’s Resident Engineer assigned to the Project for review and approval for program
eligibility.
29. Upon completion of the Project, hold a final acceptance meeting for the Project and submit the
LPA Final Acceptance Report form certifying that the Project was accomplished in accordance
with the plans and specifications (Form LPA-016). This form must be signed by the engineer
performing construction inspection on the Project, the Department’s Resident Engineer
assigned to the Project, the Sponsor’s full-time employee in responsible charge, and the
Sponsor’s CEO.
30. Maintain accounting records to adequately support reimbursement with Federal-aid funds and
be responsible for the inspection, measurement and documentation of pay items, and
certification of all work in accordance with the plans and specifications for the Project and for
monitoring the Contractor and subcontractor(s) for compliance with the provisions of
FHWA-1273, Required Contract Provisions, Federal-aid Construction Contracts, and
Supplements.
31. Pay all unpaid claims for all materials, labor, and supplies entered into contingent or incidental
to the construction of said work or used in the course of said work including but not limited to
materials, labor, and supplies described in and provided for in Act Nos. 65 and 368 of 1929,
Act No. 82 of 1935, and Acts amendatory thereof.
32. Agree that any and all claims for damages to property or injury to persons caused by any act
or omission, negligence, or misconduct from the performance of work by the Sponsor’s
contractor on the Project shall be the sole responsibility of the Sponsor’s contractor and in this
regard the Sponsor shall require the contractor on the Project to procure and maintain a General
Public Liability Insurance Policy during the duration of the Project which shall be endorsed to
include broad form general liability and complete operations coverage on the Project. The
contractor shall furnish the Sponsor with documentation of proof of liability insurance
coverage with submission of the signed contract.
33. Agree that any claims, liability, costs, expenses, demands, settlements, or judgments arising
from misconduct or the negligent acts or omissions of the Sponsor, its employees, agents or
contractors in the performance of the Project and this Agreement must be presented to the
Sponsor. Further, the Sponsor by acceptance of this grant, agrees that the Department and the
Arkansas State Highway Commission, as the pass-through entity, have no duty or
responsibility for the design, construction, maintenance or operation of the Project that is the
subject of this grant, and, therefore shall have no liability related to the design, construction,
maintenance or operation of the Project. The Sponsor also agrees to assume all risks associated
with the work to be performed by its agents, employees, and contractors under this grant and
Agreement and the Department and the Arkansas State Highway Commission, as the
pass-through entity, shall not be responsible or liable for any damages whatsoever from the
actions of the Sponsor, its employees, agents and contractors.
Agreement of Understanding Between the City of Fayetteville, the Northwest Arkansas Regional Planning Commission,
and the Arkansas Department of Transportation
-6-
34. Assure that its policies and practices with regard to its employees, any part of whose
compensation is reimbursed from federal funds, will be without regard to race, color, religion,
sex, national origin, age, or disability in compliance with the Civil Rights Act of 1964, the Age
Discrimination in Employment Act of 1967, The Americans with Disabilities Act of 1990, as
amended, and Title 49 of the Code of Federal Regulations Part 21 (49 CFR Part 21),
Nondiscrimination in Federally-Assisted Programs of the Department of Transportation,
(Form LPA-029).
35. Retain all records relating to inspection and certification, the Contractor's billing statements,
and any other files necessary to document the performance and completion of the work in
accordance with requirements of 2 CFR Part 200 – Uniform Administrative Requirements,
Cost Principles, and Audit Requirements for Federal Awards (Form LPA-017).
36. Grant the right of access to the Sponsor's records pertinent to the Project and the right to audit
by the Department and FHWA officials.
37. Be responsible for 100% of all project costs incurred:
• should the Project not be completed as specified;
• should the Project be declared non-participating in federal funds, including any such
award by the State Claims Commission; or
• not provided by the FHWA.
38. Sign and transmit to the Department the Certification for Grants, Loans, and Cooperative
Agreements (Form LPA-018), which is necessary for Project participation.
39. Repay to the Department the federal share of the cost of any portion of the Project if, for any
reason, federal participation is removed due to actions or inactions of the Sponsor, its agents,
its employees, or its assigns or the Sponsor's consultants or contractors or their agents. Such
actions or inactions shall include, but are not limited to, federal non-participation arising from
problems with design plans, specifications, construction, change orders, construction
inspection, or contractor payment procedures.
40. Retain total, direct control over the Project throughout the life of all project improvements
outside of the Department’s right of way and not, without prior approval from the
Department:
• sell, transfer, or otherwise abandon any portion of the Project;
• change the intended use of the Project;
• make significant alterations to any improvements constructed with Federal-aid funds; or
• cease maintenance or operation of a project due to the Project's obsolescence.
41. Be responsible for satisfactory maintenance and operation of all improvements and for
adopting regulations and ordinances as necessary to ensure this. Failure to adequately maintain
and operate the Project in accordance with Federal-aid requirements may result in the
Sponsor’s repayment of federal funds and may result in withholding all future Federal-aid.
Agreement of Understanding Between the City of Fayetteville, the Northwest Arkansas Regional Planning Commission,
and the Arkansas Department of Transportation
-7-
42. Submit to the Department a Single Audit in accordance with the Office of Management and
Budget (OMB) Circular A-133 each fiscal year that the Sponsor expends more than $750,000
of Federal-aid from any federal source including, but not limited to, the U.S. Department of
Transportation. The fiscal year used for the reporting is based on the Sponsor’s fiscal year.
The $750,000 threshold is subject to change after OMB periodic reviews.
43. Promptly notify the Department if the Project improvements outside of the Department’s
right of way are rendered unfit for continued use by natural disaster or other cause.
44. Complete and transmit to the Department both pages of the Federal Funding Accountability
and Transparency Act (FFATA) Reporting Requirements (Form LPA-019).
45. After each quarter of the calendar year, complete and transmit to the Department the LPA
Project Quarterly Report Form (Form LPA-020) until the Project is complete.
THE COMMISSION WILL:
1. Provide up to $150,000 in Federal-aid TAP-A funds for the construction phase of the Project
as funds become available.
THE DEPARTMENT WILL:
1. Maintain an administrative file for the Project and be responsible for administering Federal-aid
funds.
2. Review plans and specifications submitted by the Sponsor.
3. Notify the Sponsor when right of way and/or utility plans are approved and the Sponsor may
proceed with right of way acquisition and/or utility adjustments.
4. Upon receipt of the Sponsor’s certification of right of way (property) ownership, provide the
appropriate documentation to the file.
5. Ensure substantial compliance with federal contracting requirements through review of the
bidding proposal for inclusion of required federal forms, review of the administration of the
DBE program provisions, and general compliance with 23 CFR 635.
6. Advise the Sponsor when to proceed with advertisement of the Project for construction bids.
7. Review bid tabulations and concur in award of the construction contract for the Project.
8. Ensure that the Sponsor and the Sponsor’s consultant provide adequate supervision and
inspection of the Project by performing periodic inspections with the Sponsor’s representatives
and their consultant to verify that the work being performed by the Sponsor’s contractor, and
documented and certified by the Sponsor, meets the requirements of the Project plans,
specifications, and all applicable FHWA and Department procedures. The Department intends
to perform these inspections, at a minimum, when the construction work is approximately 10%
and 50% completed. The Department will also participate in the final inspection of the Project.
9. Review and approve any necessary change orders for project/program eligibility.
Agreement of Understanding Between the City of Fayetteville, the Northwest Arkansas Regional Planning Commission,
and the Arkansas Department of Transportation
-8-
10. Reimburse the Sponsor 80% (Federal-aid share) for eligible construction costs approved in the
CCRR form (Form LPA-014). This reimbursement will be limited to the maximum
Federal-aid amount and to the federal amount available at the time payment is requested. If
the payment requested exceeds the Federal-aid available at the time, the difference will be
reimbursed as additional Federal-aid for the Project becomes available.
11. Subject to the availability of Federal-aid allocated for the Project, pay the Sponsor the
remaining amount due upon completion of the Project and submittal of the certified LPA Final
Acceptance Report form (Form LPA-016).
12. Provide all form updates via email to the contact as shown on Form LPA-005.
13. Be reimbursed for costs involved in performing all the services listed above.
IT IS FURTHER AGREED that the Department reserves the right to cancel the Project without
liability against the Department for any reason including, but not limited to, unreasonable delay or
lack of progress, the Sponsor is unable to provide an audit-worthy reason for the substantial delay
in the project development or completion process, or the Sponsor is unresponsive to the
Department’s requests.
IT IS FURTHER AGREED that should the Sponsor fail to fulfill its responsibilities and assigned
duties as related in this Agreement, such failure may disqualify the Sponsor from receiving future
Federal-aid highway funds.
IT IS FURTHER AGREED that should the Sponsor fail to pay to the Department any required
funds due for project implementation or fail to complete the Project as specified in this Agreement,
or fail to adequately maintain or operate the Project, the Department may cause such funds as may
be required to be withheld from the Sponsor’s Motor Fuel Tax allotment.
IN WITNESS WHEREOF, the parties thereto have executed this Agreement this
day of , 20____.
Agreement of Understanding Between the City of Fayetteville, the Northwest Arkansas Regional Planning Commission,
and the Arkansas Department of Transportation
-9-
Agreement of Understanding between:
The City of Fayetteville, the Northwest Arkansas Regional Planning Commission, and the
Arkansas Department of Transportation relative to:
Implementation of Job 041004, Transit Stop Enhancements (Fayetteville) (S).
Signatories
THE CITY OF FAYETTEVILLE
__________________________________________ _______________________
Molly Rawn Date
Mayor
__________________________________________ _______________________
Kit Williams Date
City Attorney
Agreement of Understanding Between the City of Fayetteville, the Northwest Arkansas Regional Planning Commission,
and the Arkansas Department of Transportation
-11-
Agreement of Understanding between:
The City of Fayetteville, the Northwest Arkansas Regional Planning Commission, and the
Arkansas Department of Transportation relative to:
Implementation of Job 041004, Transit Stop Enhancements (Fayetteville) (S).
Signatory
ARKANSAS DEPARTMENT OF TRANSPORTATION
__________________________________________ _______________________
Jared D. Wiley, P.E. Date
Director
All Forms referenced in this Agreement are available in digital format on the Department’s
webpage www.ardot.gov/LPA.
ARKANSAS DEPARTMENT OF TRANSPORTATION
NOTICE OF NONDISCRIMINATION
The Arkansas Department of Transportation (ARDOT) complies with all civil rights provisions of federal statutes and related authorities that
prohibit discrimination in programs and activities receiving federal financial assistance. Therefore, ARDOT does no t discriminate on the basis
of race, sex, color, age, national origin, religion (not applicable as a protected group under the FMCSA Title VI Program), o r disability in the
admission, access to and treatment in ARDOT’s programs and activities, as well as ARDOT’s hiring or employment practices. Complaints of
alleged discrimination and inquiries regarding ARDOT’s nondiscrimination policies may be directed to Civil Rights Officer Joanna P. McFadden
(ADA/504/Title VI Coordinator), P. O. Box 2261, Little Rock, AR 72203, (501) 569-2298, (Voice/TTY 711), or the following email address:
joanna.mcfadden@ardot.gov
Free language assistance may be available upon request.
This notice is available from the ADA/504/Title VI Coordinator in large print, on audiotape, and in Braille.
GENERAL REQUIREMENTS
FOR
RECIPIENTS AND SUB-RECIPIENTS
CONCERNING DISADVANTAGED BUSINESS ENTERPRISES
It is the policy of the U. S. Department of Transportation that disadvantaged
business enterprises (DBEs) as defined in 49 CFR Part 26 shall have the maximum
opportunity to participate in the performance of contracts financed in whole or in part
with Federal funds under this Agreement. Consequently, the DBE requirements of 49
CFR Part 26 apply to this Agreement.
The recipient or its contractor agrees to ensure that DBEs as defined in 49 CFR
Part 26 have the maximum opportunity to participate in the performance of contracts and
subcontracts financed in whole or in part with Federal funds provided under this
Agreement. In this regard all recipients or contractors shall take all necessary and
reasonable steps in accordance with 49 CFR Part 26 to ensure that DBEs have the
maximum opportunity to compete for and perform contracts. Recipients and their
contractors shall not discriminate on the basis of race, color, national origin, or sex in the
award and performance of DOT-assisted contracts.
If as a condition of assistance the recipient has submitted and the Department has
approved a disadvantaged business enterprise affirmative action program, which the
recipient agrees to carry out, this program is incorporated into this financial assistance
agreement by reference. This program shall be treated as a legal obligation and failure to
carry out its terms shall be treated as a violation of this financial assistance agreement.
Upon notification to the recipient of its failure to carry out the approved program, the
Department shall impose such sanctions as noted in 49 CFR Part 26, Subpart F, which
sanctions may include termination of the Agreement or other measures that may affect
the ability of the recipient to obtain future DOT financial assistance.
The recipient shall advise each sub-recipient, contractor or subcontractor that
failure to carry out the requirements set forth in 49 CFR Part 26, Subsections 26.101 and
26.107 shall substitute a breach of contract and after the notification of the Department,
may result in termination of the agreement or contract by the recipient or such remedy as
the recipient deems appropriate.
(NOTE: Where appropriate, the term "recipient" may be modified to mean
"sub-recipient", and the term "contractor" modified to include "subcontractor".)
Form LPA-001
Rev. 8/27/19 Form LPA-002
1
LOCAL AGENCY
CONSULTANT SELECTION PROCEDURES
Section I – Application (These procedures do not apply to Design-Build
Contracts.)
These procedures apply to federally and state funded contracts for engineering
and design related services for projects and are issued to ensure that a qualified
consultant is obtained through an equitable qualifications-based selection procurement
process and that the prescribed work is properly accomplished in a timely manner at a
fair and reasonable cost.
Engineering and design related services are defined in 23 Code of Federal
Regulations (CFR) Part 172 to include program management, construction
management, preliminary engineering, design engineering, surveying mapping, or
architectural related services with respect to a highway construction project.
These services also include professional services of an architectural or engineering
nature, as defined by State law, which are required to or may logically or justifiably be
performed or approved by a person licensed, registered, or certified to provide the
services with respect to a highway construction project. Contracts for these services
that are paid with Federal-aid highway program (FAHP) funding will be awarded
following these selection procedures.
The federal laws and regulations that govern the procurement of engineering and
design related services with FAHP funds are:
• 23 United States Code (U.S.C.) 106 “Project approval and oversight”
• 23 U.S.C. 112 “Letting of contracts”
• 23 U.S.C. 114(a) “Construction Work In General”
• 23 U.S.C. 302 “State transportation department”
• 23 U.S.C. 315 “Rules, regulations, and recommendations”
• 23 U.S.C. 402 “Highway safety programs”
• 40 U.S.C. Chapter 11 – Selection of Architects and Engineers, §§1101 et
seq., commonly called the “Brooks Act”
• 2 CFR Part 200 “Uniform Administrative Requirements, Cost Principles,
and Audit Requirements for Federal Awards”
• 23 CFR Part 172 “Procurement, Management, and Administration of
Engineering and Design Related Services”
• 48 CFR Part 31 “Contract Cost Principles and Procedures”
• 49 CFR Part 1.48(b) “The Federal Highway Administrator is delegated
authority to administer the following provisions of title 23, Highways,
U.S.C.”
In accordance with the above federal laws and regulations, the Arkansas
Department of Transportation (Department) has approved these procedures for use by
Rev. 8/27/19 Form LPA-002
2
the Local Agency for the “competitive negotiation” (qualifications-based selection)
method of procurement as defined in 23 CFR §172.7, Procurement Methods and
Procedures that complies with the Brooks Act (40 U.S.C. §§1101, et seq.).
The Local Agency will use these procedures for Federal-aid contracts and may
elect to use them for non-Federal-aid contracts.
Section II – Advertisement for Letters of Interest
The Local Agency may employ a consultant engineering firm when a need exists
for engineering services, and it is in the Local Agency’s best interest to employ an
engineer or engineering firm.
As a minimum, the Local Agency will advertise in a statewide newspaper, the
Department’s website and the Local Agency’s website (if available), advising that
consultant engineering services are being sought. In addition, the Local Agency may
advertise in appropriate national trade magazines or websites for specialized services.
Interested firms must furnish:
1. A cover letter with the firm’s response including primary contact information.
2. The firm’s completed Architect-Engineer Qualifications Standard Form (SF)
330 Parts I and II (48 CFR §53.236-2(b)). (SF 330 is available on the
Department’s website.)
http://arkansashighways.com/consultant_services/advertisements/advertisem
ents.aspx
3. A current copy of the firm’s equal employment opportunity policy required per
Arkansas Code Annotated (Ark. Code Ann.) §19-11-104.
4. The firm’s current copy (within 12 months) of the Department and Finance
and Administration (DFA) Illegal Immigrant Contractor Disclosure Form (Ark.
Code Ann. §19-11-105).
https://www.ark.org/dfa/immigrant/index.php/user/welcome
Advertisements may be for either a specific single project; a group of projects; or
for an on-call or indefinite delivery/indefinite quantity (IDIQ) for an established contract
period (not to exceed 5 years), to be determined at a later date with specific task orders
issued for each project. (23 CFR §172.9(a))
When advertising a specific project, the advertisement will describe the work in
general terms allowing firms to evaluate their interest in performing the desired services.
When advertising a group of projects, a general description of work will be
furnished. Firms will be asked to specify the projects they are interested in performing.
When the Local Agency decides to proceed with a certain project, those firms having
expressed interest in that project will be considered for selection.
Rev. 8/27/19 Form LPA-002
3
When advertising for an on-call / IDIQ projects with later specified task orders,
the advertisement will include a general description of work for the project task and the
number of consultants anticipated to be selected.
If a solicitation fails to yield three qualified respondents, then the Local Agency
may proceed with evaluation and selection if the Local Agency and the Department
determines that the solicitation did not contain conditions or requirements that arbitrarily
limited competition. Alternatively, the Local Agency may pursue procurement following
the noncompetitive method when competition is determined to be inadequate and it is
determined to not be feasible or practical to re-compete under a new solicitation. (23
CFR §172.7(a)(1)(iv)(D))
Solicitations will include language to comply with state procurement laws, rules,
and regulations including but not limited to Ethical Standards (Ark. Code Ann. §19-11-
708), Employee and Relative Disclosure, and Equal Opportunity Policy.
Interested firms are advised that in order to comply with state and federal
requirements that the Local Agency will verify suspension and debarment actions and
eligibility status of consultants in accordance with 2 CFR Part 1200 and 2 CFR Part 180.
Ark. Code Ann. §§19-11-701 through 19-11-714 addresses ethics and conflicts of
interest. Federal regulations about conflicts of interest are described in 2 CFR
§200.112, 23 CFR §1.33, and provisions of 23 CFR §172.7(4). No Local Agency
employee may participate in selection, award or administration of a contract in which the
Local Agency employee or any member of his or her immediate family has a financial,
prospective financial, or other interest. Additionally, in accordance with Ark. Code Ann.
§19-11-704(b) it is a breach of ethical standards for any person, including potential
consultants, or parties to subagreements to engage in any conduct or behavior with
other consultants, contractors, cities, counties, state agencies, or metropolitan/local
planning organizations that may influence any public employee to breach the standards
of ethical conduct provided by state and federal laws.
Section III – Selection Committee
The Local Agency will designate a Selection Committee (Committee) to evaluate
and analyze the letters of interest (LOI) and proposals.
Rev. 8/27/19 Form LPA-002
4
Section IV – Evaluation of Letters of Interest
The Committee will evaluate each consultant firm based on the criteria provided
in the detailed LOIs in general as follows:
No. Evaluation Factors for LOIs Maximum Points
Possible
1
Professional staff including the education, experience,
number of personnel available, and any partnerships
with sub-consultants
10
2
General and professional reputation, including
responsiveness to civil rights and equal employment
opportunity requirements and opportunities
10
3 *Past work performance 10
4 Experience with projects of a similar nature as those
advertised 10
Total Points for LOI 40
*Past performance or evaluations from other clients will be considered when the firm has not
worked for the Local Agency previously.
Following their review, the Committee will prepare a short list (minimum of three)
of the top ranked engineering firms and recommend that these firms submit detailed
proposals for further evaluation.
Section V – Request for Proposal
The Local Agency will prepare a scope of work statement and request proposals
from the engineering firms on the short list. For projects with FHWA oversight, which
are identified by FHWA as Projects of Division Interest (PoDI) projects, the Local
Agency will forward the scope of work statement to the Department and FHWA for
review and approval before soliciting request for proposals (RFPs). A Local Agency’s
scope of work will typically include the following:
1. A detailed purpose and description of the work,
2. Services that will be furnished by the Local Agency,
3. Services that will be furnished by the consultant,
4. Deliverables to be provided,
5. Project conditions of the work,
6. Schedule for performance of the work,
7. Special conditions of the work including applicable standards,
specifications, and policies, and
8. Assurance of participation of certified Disadvantaged Business
Enterprises (DBE) in Federal-aid projects as Department goals for the
Project are established.
Rev. 8/27/19 Form LPA-002
5
The short-listed firms should submit proposals that contain the following:
1. A cover letter with primary contact information,
2. A detailed work plan that identifies the major tasks of work,
3. A list of major concerns associated with completing the work,
4. A detailed work schedule for specific projects as requested,
5. A manpower estimate for specific projects as requested, and
6. Updated Standard Form 330 Parts I and II, if necessary.
The Committee will review the proposals with particular attention to the five (5)
listed evaluation factors for the proposals and will also consider the results determined
in Section IV. The evaluation factors and their relative importance will be listed in the
RFP if any of the factors are different from the list below.
No. Evaluation Factors for Proposals Maximum Points
Possible
1 Obvious indication that the scope of work is clearly
understood 20
2 Comprehensive, coherent, and detailed work plan 20
3 Realistic work schedule when applicable 10
4 Proposed working office location, need for a local
office, and any local representative* 5
5 Identification of sub-consultants and responsiveness to
DBE goals and opportunities 5
6 Total Points for LOI 40
Total Points for Proposals 100
*Locality preference shall not be based on political or jurisdictional boundaries and may be applied
on a project-by-project basis for contracts where a need has been established for a consultant to
provide a local presence, a local presence will add value to the quality and efficiency of the project,
and application of this criteria leaves an appropriate number of qualified consultants, given the
nature and size of the project. (Consultants indicating that it will satisfy this factor in some manner,
such as establishing a local project office, shall be considered to have satisfied this factor.)
Based on these evaluation factors, the Committee will rank the consultants
based on the total score and submit the list to the Local Agency who will either:
1. Select one (1) firm to enter negotiations with; or
2. Select
a. Multiple firms for an IDIQ contract; or
b. Three or more firms to interview (a firm may present additional information
concerning their proposal at the interview). After the interviews, the
Committee will re-evaluate the firms based on the interview and the same
evaluation factors as noted previously. The ranking list will be submitted
to the Local Agency for review and final selection.
The Local Agency’s contract file will contain records of the rankings and
supporting data; however, the rankings will not be public information. Copies of the LOI
advertisement, the rankings, and supporting data shall be submitted to the Department.
Rev. 8/27/19 Form LPA-002
6
Notification must be provided to all responding consultants of the final selection of the
most qualified consultant including the ranking of the top three consultants on projects
where only one consultant is selected.
Section VI – Negotiation and Contract Preparation
Once a firm is selected for negotiation for a specific job or a group of projects, it
will prepare a draft contract including a cost estimate for the project(s). The other firms
on the short list will be advised of the firm selected, subject to successful negotiations.
Prior to receipt or review of the draft contract and cost estimate, the Local Agency shall
prepare a detailed independent estimate with an appropriate breakdown of the work or
labor hours, types or classifications of labor required, other direct cost and consultant’s
fixed fee for the defined scope of work. The independent estimate shall serve as the
basis for negotiation to ensure a fair and reasonable cost is obtained.
More than one firm may be selected for an on-call or IDIQ contract. The contract
will establish a maximum ceiling price for work issued under the contract as well as an
expiration date not to exceed 5 years, per 23 CFR Part 172. Individual task order cost
estimates will be negotiated when issued.
The selected firm will prepare a draft contract based on a sample contract
furnished by the Department. In accordance with the principles of 23 CFR 172, the draft
contract must include an overhead rate that is approved by the Department. If the
contract exceeds $250,000, in accordance with the Department’s Indirect Cost Rate
Audit Requirements, the indirect cost rate shall be verified through an audit performed
by a certified public accountant on behalf of the consultant. If the contract is less than
$250,000, and at least one of these conditions applies:
1. When there is insufficient knowledge of the consultant’s accounting system
2. When there is previous unfavorable experience regarding the reliability of the
consultant’s accounting system
3. When the contract involves procurement of new equipment or supplies for
which cost experience is lacking
then the Consultant shall provide the indirect cost rate verified through an audit
performed by a certified public accountant on behalf of the consultant. The certified
audit shall be provided by the selected firm prior to the submission of the final draft
contract.
Pursuant to this requirement, the Department will notify the Local Agency if an
audit by a certified public accountant for the selected firm is necessary. The certified
audit needs to be provided by the selected firm prior to the submission of the final draft
contract.
The Local Agency will review the draft contract proposal and either approve it as
submitted or enter into negotiations with the selected firm to establish a contract and
contract ceiling price that the Local Agency deems is fair and reasonable. If a
satisfactory contract cannot be negotiated with the selected firm, negotiations will be
Rev. 8/27/19 Form LPA-002
7
formally terminated. The Local Agency will then enter into negotiations with the second
ranked firm. If negotiations with that firm fail, the Local Agency will formally terminate
those negotiations and begin to negotiate with the third ranked firm, and so on. If the
Local Agency cannot negotiate a satisfactory contract with any of the firms on the short
list, the Local Agency shall either:
1. Request proposals from additional firms who have submitted LOIs and are
considered competent and qualified; evaluate and rank the firms based on the
criteria described in Section V; and continue the negotiation process, or
2. Terminate all negotiations and begin the selection process again, or
3. Pursue procurement following the noncompetitive method when competition is
determined to be inadequate and it is determined to not be feasible or practical to
re-compete under a new solicitation. (23 CFR §172.7(a)(1)(iv)(D))
When the Local Agency and the consultant agree the negotiated contract is fair
and reasonable, the consultant will prepare a final draft and submit it to the Local
Agency and the Department for review. After review and a determination that it is
acceptable, the consultant will sign the contract. The Local Agency will then execute
the contract. The contract will subsequently be submitted to the Department for final
review and approval including funding. When approved, copies of the signed contract
will be distributed within the Local Agency and to the consultant.
For projects with FHWA oversight and for on-call or IDIQ contracts where the
consultant performs a management role utilizing federal funds, the Department will
forward the initial and final drafts of the contract to FHWA for review and comment. The
FHWA approves the final executed contract by stamp and signature and retains a copy.
After the Local Agency executes an on-call or IDIQ contract, it will assign specific
projects by task order for the duration of the contract period. The consultant will
prepare each task order based on the scope of work furnished by the Local Agency.
The task order will include a manpower estimate and cost. The Local Agency will
review the task order and approve it as submitted or negotiate with the consultant to
establish a task order and task order amount that the Local Agency deems is fair and
reasonable. After review and a determination that the task order is acceptable, the
consultant will sign the task order. The Local Agency will then execute the task order.
The task order will subsequently be submitted to the Department for final review and
approval including funding. When approved, copies of the signed task order will be
distributed within the Local Agency and to the consultant.
For PoDI projects, the Department will forward the initial and final drafts of the
task order to FHWA for review, comment, and approval. Upon FHWA approval, the
final task order is executed.
Rev. 8/27/19 Form LPA-002
8
Section VII – Monitoring the Contract
The Local Agency may designate staff members as key liaisons for specific
projects or for technical matters during the administration of the contract period.
The Local Agency will:
1. Maintain the contract files,
2. Arrange and attend periodic progress meetings,
3. Coordinate reviews and approval actions with other agencies when
necessary,
4. Review progress payments,
5. Coordinate questions from the consultant,
6. Negotiate any change or amendment to the contract and submit to the
Department for review and approval, and
7. Prepare an evaluation of the consultant’s performance after completion of the
contract. A copy of the evaluation shall be submitted to the Department.
Section VIII – Consultant Liability
The Local Agency will include a contract requirement that the consultant will
warrant that all services and work products provided as part of the contract are
performed in accordance to the prevailing industry standards, including standards of
conduct and care, format and content, meet the satisfaction of the Local Agency, and
conform to the requirements of the Agreement. This warrant is effective regardless of
the degree of inspection and acceptance by the Local Agency or others.
If the consultant is required to correct or re-perform any work or services, the
work will be performed at no cost to the Local Agency, and any work or services
corrected or re-performed by the consultant shall also be warranted that it is free from
defects in workmanship in accordance with industry standards. If the consultant fails or
refuses to correct or re-perform, the Local Agency may, by contract or otherwise,
correct or replace the deficient items or services with similar work or services, and
charge the cost to the consultant or make an equitable adjustment in the consultant’s
reimbursement.
Acceptance is an act of an authorized representative of the Local Agency by
which the Local Agency approves specific services, as partial or complete performance
of the contract. Correction is the elimination of a defect.
Form LPA-003
REQUIRED CONTENTS OF BIDDING PROPOSALS
FEDERAL-AID PROJECTS
1) FHWA-1273
Each set of contract documents shall include FHWA-1273, “Required Contract Provisions,
Federal-aid Construction Contracts,” and such supplements that may modify the FHWA-1273.
Copies of FHWA-1273 and supplements will be provided by the Department.
2) Anti-Collusion and Debarment Certification
The certification shall either be in the form of an affidavit executed and sworn to by the bidder
before a person who is authorized by the laws of the State to administer oaths or in the form of
an unsworn declaration executed under penalty of perjury of the law of the United States. The
required form for the Anti-Collusion and Debarment Certification will be provided by the
Department. The certification includes:
• Anti-collusion - A statement executed by, or on behalf of the person, firm, association, or
corporation submitting the bid certifying that such person, firm, association, or corporation
has not, either directly or in-directly, entered into any agreement, participated in any
collusion, or otherwise taken any action, in restraint of free competitive bidding in
connection with the submitted bid.
• Debarment - A statement regarding debarment, suspension, ineligibility and voluntary
exclusion as required by Title 2 of the United States Code of Federal Regulations, Part 180
(2 CFR Part 180).
Failure to submit the executed Certification as part of the bidding documents will make
the bid nonresponsive and not eligible for award consideration.
3) Lobbying Certification
This certification is required by 49 CFR 20. The form for this certification will be provided by
the Department.
4) Davis-Bacon Pre-determined Minimum Wage Rates
Davis-Bacon requirements apply to all projects greater than $2,000 that are physically located
within the existing right-of-way of a functionally classified city street or highway. The
Davis-Bacon wage rates will be provided by the Department.
5) “Build America, Buy America” Provisions
Because federal highway funds are included in this project, “Build America, Buy America”
requirements, as specified in Title 23 of the United States Code Section 313 and Title 23 of the
Code of Federal Regulations Section 635.410, apply to this project. A section of the bidding
documents should specify these requirements as part of the project and it should at least be
noted in the advertisement for bids.
OFFICE OF THE MAYOR
Molly Rawn
City of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov
September 3, 2025
Mr. David Siskowski
Division Head – Local Programs
Arkansas Department of Transportation
P. O. Box 2261
Little Rock, AR 72203
Re: Job #041004
F.A.P. TAPU-9142(63)
Transit Stop Enhancements
Washington County
Dear Mr. Siskowski:
The full-time employee in responsible charge of the day to day oversight for the
referenced project will be Dane Eifling, Mobility Coordinator. This letter certifies that
the employee is aware of the duties and functions they are in charge of as outlined in the
Agreement of Understanding. This employee may be reached by phone at (479) 575-
8243 or by email at deifling@fayetteville-ar.gov.
Sincerely,
Molly Rawn
Mayor Fayetteville, AR
SPONSOR LETTERHEAD
JOB NUMBER
JOB NAME
COUNTY
Title to the right of way necessary for the construction of this project has been acquired, or will be
acquired, in accordance with applicable Federal Highway Administration procedures.
↓ indicate total number in each category here. Delete any categories not used in this job.
___ Tract(s)
___ Options(s)
___ Paid
___ Donation(s)
___ Negotiation Pending* - include tract number(s) and statement: ”It is anticipated that
this/these tract(s) will be acquired by (date).”
___ Condemnation(s) – (include Order of Possession date or date the Court Order was filed)
___ Condemnation(s) Pending* - include tract number(s) and anticipated filing date
* If applicable
↓delete the statement in each pair that does not apply
There are no displacees on this project.
-Or-
Relocation Assistance has been provided in accordance with applicable Federal Highway
Administration procedures and all displacees have moved from this project. There was/were #
displaced (residence(s)/business(es)/personal property/etc) on the project.
There are no structures located within the right of way area.
-Or-
All structures have been removed from this project, except for those to be included as demolition
items in the highway contract.
No conflicting utilities are known to exist in the right of way area.
-Or-
Necessary utility relocation has been, or will be, completed as shown in the attached Utility Status
Report.
There are no railroads involved on this project
-OR-
Tract(s) #___ shown above include(s) #____ (Permanent/Temporary Construction Easements) for
_________ Railroad.
No right of way in excess of that needed for construction or future maintenance of this project was
acquired.
Certified by:_________________________ Date:_______________
(Type name)
(Type title)
Form LPA-006
SPONSOR LETTERHEAD
JOB NUMBER
JOB NAME
COUNTY
Title to the right of way necessary for the construction of this project was in public ownership prior
to project development. No additional right of way was acquired.
There are no displacees on this project.
There are no structures located within the right of way area.
There are no railroads involved on this project.
No known conflicting utilities exist within the right of way area.
Certified by:_________________________ Date:_______________
(Type name)
(Type title)
Form LPA-007
Form LPA-008
PLEASE PRINT ON SPONSOR LETTERHEAD
CERTIFICATION LETTER
REQUESTING AUTHORITY TO ADVERTISE
DATE
Ms. Jessie Jones, P.E.
Chief Engineer – Preconstruction
Arkansas Department of Transportation
P. O. Box 2261
Little Rock, AR 72203
Re: Job #
Job Name
County
Dear Ms. Jones:
The following documents are submitted concerning the referenced project:
1. One set of plans and specifications.
2. A copy of the preliminary estimate of cost.
3. An unexecuted copy of the bid proposal form.
I certify that the plans, specifications and estimate were prepared by or under the direct
supervision of a Professional Engineer licensed to practice in the State of Arkansas and that the
plans and specifications comply with the Americans with Disabilities Act (ADA), the American
Association of State Highway and Transportation Officials (AASHTO) design standards, and all
other applicable state and federal regulations, including airport clearance when necessary, for the
type of work involved.
I understand that if any project items are declared non-participating in federal funds due to
failure to comply with any State or federal requirements, the (Sponsor Name) will promptly
repay such funds to the Arkansas Department of Transportation (ARDOT). Further, I hereby
authorize the Director of the Arkansas State Department of Finance and Administration to
transfer such funds from the (Sponsor Name)’s Motor Fuel Tax allotment to the ARDOT’s RRA
Fund upon notification by the ARDOT Director of that such funds are due ARDOT and have not
been paid by the (Sponsor Name).
Approval to proceed with advertisement of the project for bids is requested.
Sincerely,
NAME & OFFICE
(Sponsor’s CEO)
Enclosures
Form LPA-010
GUIDELINES FOR ADVERTISING AND OPENING BIDS
FEDERAL-AID PROJECTS
Upon receipt of written authorization from the Arkansas Department of Transportation
(Department), the project may be advertised for bids. The following minimum guidelines for
advertising must be met:
• The minimum advertising period is three weeks (21 days).
• In addition to meeting the State requirements for advertising for construction projects, the
project must be advertised a minimum of two times in a statewide newspaper (online or print
versions are acceptable).
• The notice must contain: (1) the time, date, and place that sealed bids are to be accepted,
opened, and publicly read; (2) a brief description of the kind or type of work contemplated;
and (3) the place at which prospective bidders may obtain plans and specifications.
• The Sponsor will forward a copy of the approved advertisement to the Department once
advertisement starts. Any addenda will also be sent to the Department during the
advertisement period.
• The Sponsor will include the following language in the solicitation for bids:
“The (INSERT SPONSOR NAME) hereby notifies all bidders that this contract
is subject to applicable labor laws, non-discrimination provisions, wage rate laws
and other federal laws including the Fair Labor Standards Acts of 1938. The Work
Hours Act of 1962 and Title VI of the Civil Rights Act of 1964 also apply.”
“Build America, Buy America provisions apply to this project.”
• All bids received in accordance with the terms of the advertisement shall be publicly opened
and at a minimum, the total amount bid must be read aloud (the sponsor may choose to read
the bids item by item).
• If any bid received is not read aloud, the name of the bidder and the reason for not reading
the bid aloud shall be publicly announced at the letting.
• In accordance with 23 CFR 635.110, any procedures and requirements for qualifying and
licensing contractors must be approved by the Federal Highway Administration.
• Negotiation with contractors during the period following the opening of bids and before
the award of the contract is strictly prohibited.
Form LPA-013
PLEASE PRINT ON SPONSOR LETTERHEAD
CERTIFICATION LETTER
REQUESTING CONCURRENCE IN AWARD OF THE CONTRACT
DATE
Ms. Jessie Jones, P.E.
Chief Engineer – Preconstruction
Arkansas Department of Transportation
P. O. Box 2261
Little Rock, AR 72203
Re: Job #
Job Name
County
Dear Ms. Jones:
The following documents are submitted concerning the referenced project:
1. One set of bid tabulations.
2. Justification of award (if low bid amount is greater than 10% over the estimate).
3. A check for $1,000 for ARDOT construction involvement.
I certify that the referenced project was advertised and bids were received in accordance with the
regulations governing Federal-aid projects and all other applicable state and federal regulations,
and that this process has been reviewed and approved by the (Sponsor Name)’s Attorney.
Additionally, I certify that the bid is being awarded to the lowest responsive and qualified bidder
and that there has not been, nor will there be, any negotiations with the contractor or other
bidders regarding the amount bid.
Your concurrence in the award of this contract to (INSERT CONTRACTOR NAME) for
(INSERT LOW BID AMOUNT) is requested.
Sincerely,
___________________
Sponsor’s CEO
____________________
Sponsor’s Attorney
Enclosures
Revised: 12/11/20
CONSTRUCTION CERTIFICATION AND REIMBURSEMENT REQUEST PAGE 1 OF 2 PAGES
Job No.:Payee/Sponsor:DATE:
FAP:address
County:PAY REQUEST #
Job Name.:
Federal Tax ID No.:FROM:TO:
SPONSOR'S REQUEST FOR PAYMENT Designated Full Time Employee In Responsible Charge
The information provided in this document is true and correct and I
recommend that payment be made to the Contractor for this work.
$0.00
$0.00 By:Date:
$0.00 Title:
$0.00
1 Maximum Approved Federal-aid Amount
2 Original Contract Amount
3 Net Changes by Change Orders
4 Present Contract Total
5 Present Federal-aid Amount (80% of Line 4
or Amount on Line 1, whichever is less)
6 Work Completed to Date
7 Federal Match (80% of Line 6 or amount
on Line 5, whichever is less)
8 Previous Reimbursements (Federal)
9 Amount Due this Estimate $0.00 Sponsor's CEO
(subtract Line 8 from Line 7)
CHANGE ORDER SUMMARY ADDITIONS DEDUCTIONS Payment is requested from the Arkansas Department
of Transportation for the Amount Due. I certify that the
Total changes previously approved Contractor and/or subcontractor(s) are complying with the provisions
of FHWA-1273, Required Contract Provisions, Federal-aid Construction
Contracts, and Supplements; that the work has been completed by the
Total approved this Request Period Contractor in accordance with the plans and specifications; and that
the Contractor has been paid for this work.
TOTALS
By:Date:
NET CHANGES by Change Order
(Line 3 above)Title:
DEPARTMENT USE ONLY
PAID
Voucher No.
Resident Engineer Date:
Form LPA-014
Recommended for Payment in
Accordance with Project Agreement
State Construction Engineer
Approved for Payment
$0.00 $0.00
$0.00
CONSTRUCTION CERTIFICATION AND REIMBURSEMENT REQUEST Revised: 12/11/20
DETAIL ESTIMATE PAGE 2 OF 2 PAGES
JOB NUMBER:
FAP:REQUEST NO:0 DATE:
JOB NAME:
FROM:1/0/1900 TO:
SPONSOR:CONTRACTOR:
A B CDE F G HI
WORK COMPLETED MATERIALS TOTAL % BALANCE
ITEM DESCRIPTION OF WORK SCHEDULED PREVIOUS PRESENTLY COMPLETED & COMPLETED TO FINISH
NO. VALUE REQUESTS THIS PERIOD STOCKPILED STOCKPILED (G ÷ C) (C - G)
(NOT IN D or E) TO DATE (D+E+F)
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
GRAND TOTALS $0.00 $0.00 $0.00 $0.00 $0.00 $0.00
Form LPA-014
COPY OF SPONSOR'S PAYMENT CHECK FOR THIS ESTIMATE MUST BE ATTACHED TO THIS FORM
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
1/0/1900
1/0/1900
0
0
0
0
0
Sponsor
LPA Report of Daily Work Performed
Job Name: ____________________________________ Job No.: ______________
FAP No.: ______________________ Contractor: ___________________________
Date: ____________ Hours Worked: ______ – ______ Report No.: ______
Project Conditions
Site Conditions Weather Number of Contractor’s
Personnel
____ Useable ____ Sunny ____ Laborers
____ Partly Useable ____ Partly Cloudy ____ Carpenters
____ Not Useable ____ Rain ____ Concrete Laborers
Min Temp. (F) ____ Rainfall Amt. (in.) _____ ____ Equip. Operators
Max Temp. (F) ____
Comments ____ Electricians
____ Plumbers
____ Foreman
____ Other ___________
____ Other ___________
Location and Description of Work Performed
Special Instructions and/or Conversations
Signed: _____________________________
Designated Full-time Employee
Form LPA-015
Form LPA-016
SPONSOR
LPA Final Acceptance Report
Job Name: Date:
Job No: FAP No:
County: Route:
Contractor:
Date Work Began: Date Work Completed:
Attendees:
Remarks:
☐ Provide Digital Photos of Completed Project (minimum of 5)
Project Completed in Substantial
Compliance with Plans and Specifications
and Recommended for Final Acceptance
by Sponsor
_________________________________
Engineer
Recommended for Acceptance in
Accordance with Project Agreement
_________________________________
ARDOT Resident Engineer
Project Recommended for Acceptance
Designated Full-time Employee: _______________________________
I certify that the Contractor and/or subcontractor(s) have complied with the provisions of
FHWA-1273, Required Contract Provisions, Federal-aid Construction Contracts, and
Supplements; that the project has been completed by the Contractor in accordance with
the plans and specifications; that the Contractor has been paid for this work, and the
project is hereby accepted.
_______________________________
SPONSOR’s CEO
Form LPA-017
Page 1 of 2
1/28/2021
2 CFR Part 200
UNIFORM ADMINISTRATIVE REQUIREMENTS, COST PRINCIPLES, AND AUDIT
REQUIREMENTS FOR FEDERAL AWARDS
Subpart D - Post Federal Award Requirements
Record Retention and Access
§200.334 Retention requirements for records.
Financial records, supporting documents, statistical
records, and all other non-Federal entity records
pertinent to a Federal award must be retained for a
period of three years from the date of submission
of the final expenditure report or, for Federal
awards that are renewed quarterly or annually,
from the date of the submission of the quarterly or
annual financial report, respectively, as reported to
the Federal awarding agency or pass-through entity
in the case of a subrecipient. Federal awarding
agencies and pass-through entities must not impose
any other record retention requirements upon non-
Federal entities. The only exceptions are the
following:
(a) If any litigation, claim, or audit is started before
the expiration of the 3-year period, the records
must be retained until all litigation, claims, or audit
findings involving the records have been resolved
and final action taken.
(b) When the non-Federal entity is notified in
writing by the Federal awarding agency, cognizant
agency for audit, oversight agency for audit,
cognizant agency for indirect costs, or pass-
through entity to extend the retention period.
(c) Records for real property and equipment
acquired with Federal funds must be retained for 3
years after final disposition.
(d) When records are transferred to or maintained
by the Federal awarding agency or pass-through
entity, the 3-year retention requirement is not
applicable to the non-Federal entity.
(e) Records for program income transactions after
the period of performance. In some cases
recipients must report program income after the
period of performance. Where there is such a
requirement, the retention period for the records
pertaining to the earning of the program income
starts from the end of the non-Federal entity's
fiscal year in which the program income is earned.
(f) Indirect cost rate proposals and cost allocations
plans. This paragraph applies to the following
types of documents and their supporting records:
Indirect cost rate computations or proposals, cost
allocation plans, and any similar accounting
computations of the rate at which a particular
group of costs is chargeable (such as computer
usage chargeback rates or composite fringe benefit
rates).
(1) If submitted for negotiation. If the
proposal, plan, or other computation is
required to be submitted to the Federal
Government (or to the pass-through entity) to
form the basis for negotiation of the rate, then
the 3-year retention period for its supporting
records starts from the date of such
submission.
(2) If not submitted for negotiation. If the
proposal, plan, or other computation is not
required to be submitted to the Federal
Government (or to the pass-through entity) for
negotiation purposes, then the 3-year retention
period for the proposal, plan, or computation
and its supporting records starts from the end
of the fiscal year (or other accounting period)
covered by the proposal, plan, or other
computation.
§200.335 Requests for transfer of records.
The Federal awarding agency must request transfer
of certain records to its custody from the non-
Federal entity when it determines that the records
possess long-term retention value. However, in
order to avoid duplicate recordkeeping, the Federal
awarding agency may make arrangements for the
non-Federal entity to retain any records that are
continuously needed for joint use.
§200.336 Methods for collection, transmission,
and storage of information.
The Federal awarding agency and the non-Federal
entity should, whenever practicable, collect,
transmit, and store Federal award-related
information in open and machine-readable formats
rather than in closed formats or on paper in
accordance with applicable legislative
requirements. A machine-readable format is a
format in a standard computer language (not
English text) that can be read automatically by a
web browser or computer system. The Federal
awarding agency or pass-through entity must
always provide or accept paper versions of Federal
award-related information to and from the non-
Federal entity upon request. If paper copies are
submitted, the Federal awarding agency or pass-
through entity must not require more than an
original and two copies. When original records are
1/28/2021 Form LPA-017
Page 2 of 2
2 CFR Part 200
UNIFORM ADMINISTRATIVE REQUIREMENTS, COST PRINCIPLES, AND AUDIT
REQUIREMENTS FOR FEDERAL AWARDS
Subpart D - Post Federal Award Requirements
Record Retention and Access
electronic and cannot be altered, there is no need to
create and retain paper copies. When original
records are paper, electronic versions may be
substituted through the use of duplication or other
forms of electronic media provided that they are
subject to periodic quality control reviews, provide
reasonable safeguards against alteration, and
remain readable.
§200.337 Access to records.
Records of non-Federal entities. The Federal
awarding agency, Inspectors General, the
Comptroller General of the United States, and the
pass-through entity, or any of their authorized
representatives, must have the right of access to any
documents, papers, or other records of the non-
Federal entity which are pertinent to the Federal
award, in order to make audits, examinations,
excerpts, and transcripts. The right also includes
timely and reasonable access to the non-Federal
entity's personnel for the purpose of interview and
discussion related to such documents.
(a) Extraordinary and rare circumstances. Only
under extraordinary and rare circumstances would
such access include review of the true name of
victims of a crime. Routine monitoring cannot be
considered extraordinary and rare circumstances
that would necessitate access to this information.
When access to the true name of victims of a crime
is necessary, appropriate steps to protect this
sensitive information must be taken by both the
non-Federal entity and the Federal awarding
agency. Any such access, other than under a court
order or subpoena pursuant to a bona fide
confidential investigation, must be approved by the
head of the Federal awarding agency or delegate.
(b) Expiration of right of access. The rights of
access in this section are not limited to the required
retention period but last as long as the records are
retained. Federal awarding agencies and pass-
through entities must not impose any other access
requirements upon non-Federal entities.
§200.338 Restrictions on public access to
records.
No Federal awarding agency may place restrictions
on the non-Federal entity that limit public access to
the records of the non-Federal entity pertinent to a
Federal award, except for protected personally
identifiable information (PII) or when the Federal
awarding agency can demonstrate that such
records will be kept confidential and would have
been exempted from disclosure pursuant to the
Freedom of Information Act (5 U.S.C. 552) or
controlled unclassified information pursuant to
Executive Order 13556 if the records had belonged
to the Federal awarding agency. The Freedom of
Information Act (5 U.S.C. 552) (FOIA) does not
apply to those records that remain under a non-
Federal entity's control except as required under
§200.315. Unless required by Federal, state, local,
and tribal statute, non-Federal entities are not
required to permit public access to their records.
The non-Federal entity's records provided to a
Federal agency generally will be subject to FOIA
and applicable exemptions.
CERTIFICATION FOR GRANTS, LOANS, AND COOPERATIVE AGREEMENTS
The undersigned certifies to the best of his knowledge and belief that:
1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or
employee of any Federal agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress in connection with the
awarding of any Federal contract, the making of any Federal grant, the making of
any Federal loan, the entering into of any cooperative agreement, and the extension,
continuation, renewal, amendment, or modification of any Federal contract, grant,
loan, or cooperative agreement.
2.If any funds other than Federal appropriated funds have been paid or will be paid to
any person for influencing or attempting to influence an officer or employee of any
Federal agency, a Member of Congress, an officer or employee of Congress, or an
employee of a Member of Congress in connection with this Federal contract, grant,
loan, or cooperative agreement, the undersigned shall complete and submit
Standard Form - LLL, “Disclosure Form to Report Lobbying,” in accordance with
its instructions.
3.The undersigned shall require that the language of this certification be included in
the award documents for all sub awards at all tiers (including sub grants, and
contracts and subcontracts under grants, sub grants, loans and cooperative
agreements) which exceed $100,000, and that all such sub recipients shall certify
and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed
when this transaction was made or entered into. Submission of this certification is a
prerequisite for making or entering into this transaction imposed by Section 1352,
Title 31, U.S. Code. Any person who fails to file the required certification shall be
subject to a civil penalty of not less than $10,000 and not more than $100,000 for each
such failure.
Sponsor
Signature
Name (Sponsor's CEO)
Form LPA-018
Form LPA-019
Page 1 of 2
Federal Funding Accountability and Transparency Act (FFATA)
Reporting Requirements
(For more information go to https://www.fsrs.gov/)
FFATA was signed on September 26, 2006. The intent is to empower every American with
the ability to hold the government accountable for each spending decision. The end result is to
reduce wasteful spending in the government. The FFATA legislation requires information on federal
awards (federal financial assistance and expenditures) be made available to the public via a single,
searchable website, which is www.USASpending.gov.
A Prime Grant Recipient (Arkansas Department of Transportation (hereinafter called
ARDOT)) awarded a new Federal grant greater than or equal to $25,000 as of October 1, 2010 is
subject to FFATA sub-award reporting requirements as outlined in the Office of Management and
Budget guidance issued August 27, 2010. ARDOT is required to file a FFATA sub-award report
for any sub-grant awarded to a sub-awardee greater than or equal to $25,000. As a
sub-awardee, _______________________________________________ shall provide the following
information to ARDOT in order to fulfill FFATA reporting requirements:
A Unique Entity Identifier (UEI) of the sub-awardee receiving the award and the parent entity
of the recipient, should the sub-awardee be owned by another entity;
The names and total compensation of the five most highly compensated officers of the
sub-awardee if the sub-awardee in the preceding Federal fiscal year received 80 percent or
more of its annual gross revenues in Federal awards; and $25,000,000 or more in annual
gross revenues from Federal awards; and the public does not have access to information
about the compensation of the senior executives of the sub-awardee through periodic
reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C.
78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. See FFATA § 2(b)(1).
Form LPA-019
Page 2 of 2
Required Sub-Awardee Information
(A) Sub-Awardee UEI: _________________________ UEI Expiration Date: _____________
Parent (if applicable) UEI: ____________________ UEI Expiration Date: _____________
(B) In the preceding completed Federal fiscal year, did your business or organization (the legal
entity to which the UEI number entered above belongs) receive (1) 80 percent or more of its
annual gross revenues in U.S. federal contracts, subcontracts, loans, grants, subgrants, and/or
cooperative agreements; and (2) $25,000,000 or more in annual gross revenues from U.S.
federal contracts, subcontracts, loans, grants, subgrants, and/or cooperative agreements?
Yes No
If "Yes" is selected, answer (C).
(C) Does the public have access to information about the compensation of the executives in your
business or organization (the legal entity to which the UEI entered above belongs) through
periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934
(15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986?
Yes No
If "Yes” is selected, visit http://www.sec.gov/edgar.shtml for reference.
If "No" is selected, answer (D).
(D) If “No” was selected in Question “C”, complete the following information for the five (5) most
highly compensated executives in your business or organization (the legal entity to which the
UEI entered above belongs). Amount should reflect the Total Compensation Amount in the
preceding completed Federal fiscal year in U.S. whole dollars.
Sub-Awardee Names and Compensation of Most Highly Compensated Officers
1. Name: ________________________________ Amount: $________________
2. Name: ________________________________ Amount: $________________
3. Name: ________________________________ Amount: $________________
4. Name: ________________________________ Amount: $________________
5. Name: ________________________________ Amount: $________________
LPA Project Quarterly Report Form
Date:
Progress Report:
Job No.: Job Name:
F.A.P.: Funding Program: Year: Quarter:
Sponsor: Submitted By:
Sponsor Phone: Sponsor Email:
CURRENT PROJECT STATUS
Construction
Plans: ☐30%☐60%☐90%☐Final
Environmental
Clearance: ☐ARDOT to Handle ☐Preliminary ☐Partially Complete
All Permits Received
☐
Date:
Final Clearance
☐
Date:
Right of Way
Acquisition:
☐No Acquisition Needed ☐ROW Plans in Progress
ROW Plans Approved
☐
Date:
☐
Acquisition Documents
Approved
Date:
☐Acquisition Underway
Acquisition Complete
☐
Date:
Right of Way Certification Submitted
☐ Conditional ☐ Final
Date: __________
Utility
Relocation: ☐Utility Relocation
Not Necessary
Relocation Plans Prepared
☐
Date:
☐Relocation Underway
Relocation Complete
☐
Date:
Authority to
Advertise:
Request Submitted
☐
Date:
ARDOT Approval Received
☐
Date:
Bid Opening
Date:
Concurrence
in Award:
Request Submitted
☐
Date:
ARDOT Approval Received ☐
Date:
Contract Executed
Date:
Construction: Progress (%) Estimated Completion
Date:
Project Completed
Date:
ARDOT Contact: Rev. 10-2-2023
☐
☐
Form LPA-020
CHANGE ORDER FORM Form LPA-022
ARDOT JOB NO.:F.A.P. No.:CHANGE ORDER NO.:
JOB NAME:DATE PREPARED:
OWNER:PREPARED BY:
CONTRACTOR:
DESCRIPTION OF CHANGE(S):
JUSTIFICATION / REASON FOR CHANGE(S):
AMOUNT QUANTITY
-$
-$
-$
-$
-$
-$
-$
-$
-$
-$
-$
-$
-$
-$
-$
-$
-$
-$
-$
TOTALS:-$
-$
-$
-$
-$
-$
-$
SUMMARY
ITEM
NO.ITEM UNIT UNIT
PRICE
PRESENT REVISED
QUANTITY AMOUNT
-$
-$
-$
-$
-$
-$
-$
-$
-$
-$
-$
-$
-$
-$
Prepared by ARDOT Page 1 of 2 Revised: 8/10/2023
CHANGE ORDER FORM Form LPA-022
CHANGES TO CONTRACT PRICE:
ORIGINAL CONTRACT PRICE
CURRENT CONTRACT PRICE ADJUSTED BY PREVIOUS CHANGE ORDERS
THE CONTRACT PRICE DUE TO THIS CHANGE ORDER WILL BE (INCREASED) / (DECREASED) BY
THE NEW CONTRACT PRICE, INCLUDING THIS CHANGE ORDER, WILL BE
CHANGES TO CONTRACT TIME:
THE CURRENT CONTRACT TIME DAYS
THE CONTRACT TIME WILL BE (INCREASED) / (DECREASED) BY DAYS
THE CONTRACT PERIOD, INCLUDING THIS CHANGE ORDER, SHALL BE DAYS
APPROVALS:
CONTRACTOR: [INSERT CONTRACTOR NAME HERE]
Signature Date Signature Date
OWNER: [INSERT OWNER NAME HERE]ARDOT RESIDENT ENGINEER CONCURS
Signature Date Signature Date
ARDOT LOCAL PROGRAMS APPROVES
Signature Date
-$
ENGINEER: [INSERT ENGINEER NAME HERE]
-$
Prepared by ARDOT Page 2 of 2 Revised: 8/10/2023
Form LPA-029
Title VI Requirements and Responsibilities
Title VI of the Civil Rights Act of 1964, prohibits discrimination based upon race, color,
and national origin. Specifically, 42 USC 2000d states that “No person in the United
States shall, on the ground of race, color, or national origin, be excluded from participation
in, be denied the benefits of, or be subjected to discrimination under any program or
activity receiving Federal financial assistance.”
ARDOT is a recipient of federal funds from the U.S. Department of Transportation modal
agencies, including the Federal Highway Administration (FHWA) and the Federal Transit
Administration (FTA). All recipients/subrecipients of federal funding must comply with the
requirements of Title VI of the Civil Rights Act of 1964 and other nondiscrimination
statues, regulation, and authorities.
Therefore, the sponsor (subrecipient) must also comply with the requirements of Title VI
and its responsibilities.
Upon receipt of ARDOT reimbursement, the subrecipient will be required to establish
Title VI compliance. ARDOT’s Title VI Coordinator or designee will contact the
subrecipient to request the following information:
• Name of designated Title VI/ADA/Section 504 Coordinator
• Notice of Nondiscrimination
• Complaint Procedure and Process
• Complaint Form
• Standard USDOT Title VI/Non-Discrimination Assurances
o Must be signed annually by highest ranking official
The Title VI Coordinator or designee will assist the subrecipient in establishing the
information as needed. For further information or inquiries, please contact the Civil Rights
Division at 501-569-2299.
Form LPA-031
Please Print on Sponsor Letterhead
(Request for ARDOT On-call Consultant)
DATE
Mr. David Siskowski
Division Head – Local Programs
Arkansas Department of Transportation
P. O. Box 2261
Little Rock, AR 72203
Re: Job #
Job Name
County
Dear Mr. Siskowski:
We are interested in the Department contracting with an on-call consultant on our behalf. This
letter certifies our understanding that, as the Sponsor, we remain responsible for the duties and
functions outlined in the Agreement of Understanding, including full project management of the
referenced project. Should an on-call consultant be assigned, their services would be limited to
the [INDICATE PHASE(S) (i.e. Planning, Design, Environmental, Right of Way, Utility
Relocation, and/or Construction Engineering)] phase(s).
We also acknowledge that the Department retains full discretion in selecting the on-call consultant.
We understand that this decision may be based on factors including but not limited to current
availability, workload, qualifications, and geographic location of the project.
Sincerely,
NAME & OFFICE
(Sponsor’s CEO)