Loading...
HomeMy WebLinkAbout234-25 RESOLUTIONPage 1 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 234-25 File Number: 2025-1705 A RESOLUTION TO APPROVE TASK ORDER NO. 18 WITH MICHAEL BAKER INTERNATIONAL, INC. IN THE AMOUNT OF $97,850.00 FOR EVALUATION OF ALTERNATIVES FOR IMPROVEMENTS TO THE STEPHEN CARR MEMORIAL BOULEVARD/INTERSTATE 49 INTERCHANGE, AND TO APPROVE A BUDGET ADJUSTMENT WHEREAS, on December 4, 2024, City Council approved Resolution 291-24 authorizing an Agreement of Understanding with the Arkansas Department of Transportation (ARDOT) to design and construct improvements to the Stephen Carr Memorial Boulevard/Interstate 49 interchange, as well as improvements to the northbound on- and off- ramps; and WHEREAS, on May 22, 2024, the Northwest Arkansas Regional Planning Commission approved funding of the design and environmental phases for $650,000.00 (80%) from federal STBGP-A funds, but the City must provide a 20% local match of $162,500.00 for a total of $812,500.00; and WHEREAS, the Local Programs Division of ARDOT recently authorized the use of on-call consultants to streamline the project development process and the City has requested a consultant to evaluate alternatives for these interchange improvements which include a roundabout, signalization, and ramp widening; and WHEREAS, ARDOT chose Michael Baker International, Inc. from its list of approved consultants and has created Task Order No. 18 for approval by the City with a fee of $97,850 for the evaluation phase, 80% of which will be paid with federal STBCP-A funds; and WHEREAS, a budget adjustment is needed to recognize the federal STBGP-A funds and the city’s match, which will be used for this evaluation phase and future design phases. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Rawn to sign Task Order No. 18 with Michael Baker International, Inc. in the total amount of $97,850 for evaluation of alternatives for improvements to the Stephen Carr Memorial Boulevard/Interstate 49 interchange and the northbound on- and off-ramps for Interstate 49. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution, recognizing federal aid funding in the amount of $650,000.00 and the City’s 20% match of $162,500.00. Resolution: 234-25 File Number: 2025-1705 Page 2 Approved: _______________________________ Molly Rawn, Mayor Attest: _______________________________ Kara Paxton, City Clerk Treasurer PASSED and APPROVED on October 21, 2025 Mailing address: 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov CITY COUNCIL MEMO 2025-1705 MEETING OF OCTOBER 21, 2025 TO: Mayor Rawn and City Council THRU: Keith Macedo, Chief of Staff Chris Brown, Public Works Director FROM: Paul Libertini, Staff Engineer SUBJECT: I-49/ Stephen Carr Memorial Blvd. Interchange Improvements On-Call Services Documents for Approval 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 80% 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. A Professional Services Selection Committee meeting was held by the Purchasing Division on September 25, 2025 (RFQ 25-01, Selection #16). Three consultants were considered for this project with Michael Baker International, Inc. receiving the highest score. On September 30th, staff recommended Michael Baker Mailing address: 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov International, Inc. as our consultant of choice for this project to the Transportation Committee who concurred with the recommendation. DISCUSSION: The Local Programs Division of ARDOT has recently established On-Call Consultants for use by Cities in order to streamline the project development process. The City requested an On-Call Consultant to evaluate alternatives for this interchange improvement which include a roundabout, signalization, and ramp widening. ARDOT has selected 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 has been selected by the City, then the project will enter into the design phase which will be presented to the City Council at a future date for approval. The budget adjustment attached in the amount of $812,500 recognizes the full federal grant amount of $650,000 (80% of the total) and the required 20% 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: 3. Staff Review Form, 4. Budget Adjustment, 5. NWARPC STBGP-A FFY2025 Fayetteville Award Letter, 6. Res 291-24 Authorization to sign the Agreement of Understanding, 7. Email to Mayor from ARDOT 8-20-25, 8. On-Call Task Order No. 018, 9. On-Call Master Agreement Addendum, 10. On-Call Services Master Agreement, 11. Additional Information - AOU Page 1 City of Fayetteville, Arkansas Legislation Text 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 File #: 2025-1705 A RESOLUTION TO APPROVE TASK ORDER NO. 18 WITH MICHAEL BAKER INTERNATIONAL, INC. IN THE AMOUNT OF $97,850.00 FOR EVALUATION OF ALTERNATIVES FOR IMPROVEMENTS TO THE STEPHEN CARR MEMORIAL BOULEVARD/INTERSTATE 49 INTERCHANGE, AND TO APPROVE A BUDGET ADJUSTMENT WHEREAS, on December 4, 2024, City Council approved Resolution 291-24 authorizing an Agreement of Understanding with the Arkansas Department of Transportation (ARDOT) to design and construct improvements to the Stephen Carr Memorial Boulevard/Interstate 49 interchange, as well as improvements to the northbound on- and off-ramps; and WHEREAS, on May 22, 2024, the Northwest Arkansas Regional Planning Commission approved funding of the design and environmental phases for $650,000.00 (80%) from federal STBGP-A funds, but the City must provide a 20% local match of $162,500.00 for a total of $812,500.00; and WHEREAS, the Local Programs Division of ARDOT recently authorized the use of on-call consultants to streamline the project development process and the City has requested a consultant to evaluate alternatives for these interchange improvements which include a roundabout, signalization, and ramp widening; and WHEREAS, ARDOT chose Michael Baker International, Inc. from its list of approved consultants and has created Task Order No. 18 for approval by the City with a fee of $97,850 for the evaluation phase, 80% of which will be paid with federal STBCP-A funds; and WHEREAS, a budget adjustment is needed to recognize the federal STBGP-A funds and the city’s match, which will be used for this evaluation phase and future design phases. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Rawn to sign Task Order No. 18 with Michael Baker International, Inc. in the total amount of $97,850 for evaluation of alternatives for improvements to the Stephen Carr Memorial Boulevard/Interstate 49 interchange and the northbound on- and off-ramps for Interstate 49. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution, recognizing federal aid funding in the amount of $650,000.00 and the City’s 20% match of $162,500.00. 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 Division /Org2 ENGINEERING (621) Adjustment Number 2025 Requestor:Paul Libertini BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Recognize $650,000 in FFY 2025 STBGP-A grant funds awarded by the Northwest Arkansas Regional Planning Commission (NWARPC) and allocate $162,500 for the 20% City match. COUNCIL DATE:10/7/2025 ITEM ID#:2025-1705 Holly Black 9/16/2025 12:46 PM Budget Division Date TYPE:D - (City Council) JOURNAL #: GLDATE: RESOLUTION/ORDINANCE CHKD/POSTED:/ v.2025826TOTAL650,000 650,000 Increase / (Decrease)Project.Sub# 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 -- -- -- -- -- -- -- -- -- -- -- -- 1 of 1 NWA NORTHWEST ARKANSAS REGIONAL PLANNING COMMISSION Regional 1311 Clayton St., Springdale, Arkansas, 72762 Planning Commission • (479) 751 7125 o Fax: (479) 7517150 • http://nwarpc.org June 6, 2024 Mayor Lioneld Jordan City of Fayetteville 113 W Mountain Fayetteville, AR 72701 Re: Stephen Carr Memorial Dr / 1-49 Interchange Impvts. (Job No. TBD) — Design/Environmental NWARPC FFY 2025 Surface Transportation Block Grant Program — Attributable (STBGP-A) Total NWARPC Federal Funds Awarded to Project: $650,000 Dear Mayor Jordan: I am pleased to inform you the Stephen Carr Memorial Dr / 1-49 Interchange Impvts. (Job No. TBD) was selected by the Northwest Arkansas Regional Planning Commission on May 22, 2024, for Federal Fiscal Year (FFY) 2025 NWARPC Surface Transportation Block Grant Program — Attributable (STBGP-A) funding. The awarded FY2025 NWARPC STBGP-A funds and the required local match are shown below: NWARPC STBGP-A $650,000 (80% Federal) City Match $162,500 (20% Local Match) Total $812,500 The NWARPC STBGP-A funding is subject to an obligation limitation and the total available funds may change after final FFY 2025 funding is published by the Federal Highway Administration (FHWA). These funds are required to be obligated by the end of the Federal Fiscal Year that ends on September 30, 2025. All required submittals to Arkansas Department of Transportation (ARDOT) and required approvals for this project should be completed by August 15, 2025, to allow sufficient time to obligate the STBGP-A funds for this project. ARDOT administers the Local Public Agency (LPA) program, including oversight support for the federal -aid project delivery and applicable provisions in Title 23, U.S.C., and processes reimbursement requests for the NWARPC funding award. Please refer to the ARDOT Local Public Agency Project Manual for more information. Required training for this program is being provided by ARDOT on Thursday, July 18, 2024, from 9:00 am to 10:00 am at the NWARPC office. Please send the appropriate staff member(s). Please let us know if you have any questions or need additional information regarding this program. Sincerely, Tim Conklin Executive Director Cc: David Siskowski, ARDOT Minghua Qiu Miller, ARDOT Carlos Meredith, ARDOT Ashley Smith, ARDOT Sunny Farmahan, ARDOT Anthony Hunter, ARDOT Chris Brown, Fayetteville Public Works Director/City Engineer Paul Libertini, Fayetteville Staff Engineer Matt Casey, Fayetteville Staff Engineer 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 Libertini, Paul From: Mayhan, Brandi A. <Brandi.Mayhan@ardot.gov> Sent: Wednesday, August 20, 2025 9:17 AM To: Mayor Cc: Libertini, Paul; Local Projects Administration; Davison, George W.; Meredith, Carlos A.; Jackson, Jessica S.; Bledsoe, John R.; Moyer, Camille A. Subject: On -Call Local Federal Aid Projects (2025); Job No. 040966, Task Order No. 018 with the City of Fayetteville & ARDOT Attachments: 2025LP00-MBll.pdf; On-Call-LP-Addendum-MichaelBaker-City-of-Fayetteville.pdf; 040966-2025LP00-M BI I-T018.pdf Follow Up Flag: Follow up Flag Status: Flagged CAUTION: This email originated from outside of the City of Fayetteville. Do not click links or open attachments unless you recognize the sender and know the content is safe. Mayor Rawn, ARDOT is prepared to move forward with the Task Order Agreement for the 1-49/Stephen Carr Memorial Blvd. Interchange Improvements project as well as the Master Agreement Addendum between the City of Fayetteville and Michael Baker International, Inc. For your review, I've attached the existing Master Agreement between ARDOT and Michael Baker, the addendum incorporating the City of Fayetteville, and the task order agreement for 040966. Contracts will be signed electronically through Doc Express. You should receive an invitation from InfoTech, the parent company of Doc Express, to create your account. Please accept the invitation and complete your account setup. Once registered, you'll have access to the City of Fayetteville's Doc Express drawer at the following link: https://docexpress.com/drawers/226052. After logging in, please click "Transition" on the right-hand side of the screen, select "Signed by Sponsor" from the drop - down menu, check the confirmation box, and click "Save." Please note that both the addendum and task order agreement will need to be signed. Doc Express will notify our office that the agreements have been electronically signed and transitioned accordingly. If you encounter any issues with accessing or using Doc Express, please don't hesitate to reach out. Thank you, Brandi Mayhan Consultant Specialist - Consultant Contracts Arkansas Department of Transportation 501.569.2104 rA "I c7GT 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 Michael Baker International, Inc. February 18, 2025; and WHEREAS, the Master Agreement contemplates the issuance of Task Order Agreements involving the 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: 1.1.This Task Order shall be Cost-Plus-Fixed-Fee, in accordance with the terms of the Master Agreement. 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. 3.1.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%. 4.1.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 5.1.Deliverables shall be submitted no later than December 23, 2025. 5.2.The anticipated completion date for Title I Services is December 31, 2025. 6.1.The Sponsor, Local Programs Division, and Consultant Contracts Division shall be copied on this task order and all related correspondence. 6.2.Paul Libertini. 6.3.Invoices shall be submitted to the following: ARDOT: LPA@ardot.gov Sponsor: via Paul Libertini at plibertini@fayetteville-ar.gov 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. Mall)? lam' 3102 L! 4 •.. , G7Q� I e i Project Location • y I Job 040966 N 1-49/Stephen Carr Memorial Blvd. Intchng. Impvts. (Fayetteville) (S) ARKANSASDEPARTMENT OF TRANSPORTATION 1-49, Sec. 28 0 375 750 1,500 Washington County Feet 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: 1.1.Provide Available Parcel Surveys 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 3.1.Provide Available Existing Construction Plans 3.2.Provide Project Goals 3.3.Review and Approve of All Design Alternates, Layouts, & Plans 4.1.Provide Available Existing Right-of-Way Plans SERVICES PROVIDED BY ARDOT 5.1.Provide Environmental Constraints 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 7.1.Provide Existing Right-of-Way Plans TITLE I SERVICES TO BE FURNISHED BY THE CONSULTANT 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. 9.1.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. 10.1.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. 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 project 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, 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 Job 040966, 1-49/Stephen Car Memorial Blvd. Intchng. Impvts. (Fayetteville) (S) Attachment C Project Schedule '25I 1I1ep'11 ,. IOct1'25 IINov'11, N, 11 .. J. NTP 0 days Mon 8/4/25 Alternative Evaluation 7 days lMon 8/4/25 Feasibility Study 60 days Wed 8/13/25 ARDOT Review 14 days Wed 11/5/25 Revisions 21 days Tue 11/25/25 ARDOT Review 7 days Wed 12/24/25 Mon 8/4/25 1 2 3 4 5 8/4 1 777 Tue 8/12/25 Tue 11/4/25 Mon 11/24/25 Tue 12/23/25 Ali Thu 1/1/26 Task Project Summary Manual Task Start -only C Deadline Project: Design Schedule Split ������������������������� Inactive Task Duration -only I® Finish -only 3 Progress Date: Tue 7/22/25 Milestone ♦ Inactive Milestone O Manual Summary Rollup Fxternal Tasks Manual Progress Summary Inactive Summary Manual Summary r -----1 Fxternal Milestone Page 1 Doc Express® Document Signing History Contract: CC - On-Call Local Federal Aid Projects (2025-2028) - Michael Baker International, Inc. Document: 040966-2025LP00-MBII-T018 Date Signed By 11/04/2025 Brandi Mayhan Arkansas Department of Transportation Electronic Signature (Signed by Sponsor) 11/04/2025 Mike Stengel Michael Baker International, Inc. Electronic Signature (Signed by Consultant) 11/04/2025 Jessica Jackson Arkansas Department of Transportation Electronic Signature (Reviewed by Consultant Contracts Division Head) 11/04/2025 David Siskowski Arkansas Department of Transportation Electronic Signature (Reviewed by Division) 11/04/2025 Keli Wylie Arkansas Department of Transportation Electronic Signature (Signed by ACE) Page 1 of 3 MASTER AGREEMENT ADDENDUM ON-CALL SERVICES LOCAL FEDERAL AID PROJECTS (2025-2028) MICHAELBAKERINTERNATIONAL,INC. INCORPORATION OF PROJECT 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. (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. 2.1.ARDOTwill 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.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- 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. 3.1. 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 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 Run Date:09/12/2025 U.S. DEPARTMENT OF TRANSPORTATION Report: FMISD05A Run Time:07:58:44 FEDERAL HIGHWAY ADMINISTRATION Page 4 of 9 FEDERAL-AID PROJECT AGREEMENT RECIPIENT:5-Arkansas FEDERAL PROJECT NO:9142060 UEI (SAM):U9GQWG2L9ZQ3 RECIPIENT PROJ. NO(S):040966 1. The State through its department of transportation, or other recipient, has complied, or hereby agrees to comply, with the applicable terms and conditions set forth in (a) Title 23, U.S. Code, highways;(b) The regulations issued pursuant thereto, and the policies and procedures promulgated by the Federal Highway Administration; and (c) All other applicable federal laws and regulations.2. The State, or other recipient, stipulates that as a condition to payment of the Federal funds obligated, it accepts and will comply with the provisions set forth in 23 CFR 630.112. These provisions incorporate by reference all other federal laws and regulations pertaining to the project or the activity for which the funds are obligated. Solely for the purposes of emphasis, such applicable provisions include, but are not limited to, the requirements of Appendix A to 2 CFR Part 170—Award terms for Reporting subaward and executive compensation information, and 2 CFR 200, including for those funds for which such amount will be subawarded to a subrecipient, 2 CFR 200.331.3. Relative to the above designated project, the FHWA has authorized certain work to proceed as evidenced by the date entered opposite the specific item of work. For such authorized work, the federal funds obligated or advance-construction authorized, are not to exceed the amount shown herein. The balance of the estimated total project cost is an obligation of the State or other direct recipient.4. Such authorization of Federal funds extends only to project costs incurred by the State, or other recipient, following Federal Highway Administration’s authorization to proceed with the project. PROJECT TITLE:I-49/Stephen Carr Memorial Blvd. Intchng. Impvts. (Fayetteville) (S) PROJECT DESCRIPTION:Evaluation of alternatives for the intersection of Stephen Carr Memorial Drive and the northbound on-ramp for Interstate 49. Alternatives to be evaluated will include a roundabout, signalization and ramp widening. The selected alternative will move on into the environmental and full design phase. DUNS#: SUBRECIPIENT PROJECT:Yes SUBRECIPIENT UEI (SAM):FKCQRMDULFH9 SUBRECIPIENT NAME:CITY OF FAYETTEVILLE PROJECT END DATE:03/31/2027 CLASSIFICATION OF PHASE OF WORK TO BE PUT UNDER AGREEMENT EFFECTIVE DATE OF AUTHORIZATION HIGHWAY PLANNING & RESEARCH PRELIMINARY ENGINEERING 09/09/2025 RIGHT-OF-WAY CONSTRUCTION OTHER PROGRAM CODE FAIN URBAN/ WITH TOTAL COST FEDERAL SHARE FEDERAL FUNDS UNDER AGREEMENT ADVANCED CONST. FUNDS Y230 693JJ22530000Y230AR9142060 $812,500.00 80.00%$650,000.00 $0.00 TOTAL $812,500.00 $650,000.00 $0.00 ESTIMATED TOTAL COST:$812,500.00 TOTAL AUTHORIZED FOR PROJECT:$650,000.00 ARKANSAS DEPARTMENT OF TRANSPORTATION AVAILABLE FUNDS CERTIFIED BY:Lindsay Atkinson DATE:09/09/2025 APPROVED AND REQUESTED BY:Douglas Meleney DATE:09/10/2025 AGRMT/MODIFY REQUESTED BY:Daniel Siskowski DATE:09/11/2025 FEDERAL HIGHWAY ADMINISTRATION PROJECT INFORMATION REVIEWED BY:Jessica Gordon DATE:09/11/2025 APPROVAL RECOMMENDED BY:Jesse Ward DATE:09/11/2025 APPROVED AND AUTHORIZED BY:Jessica Gordon DATE:09/11/2025 RECIPIENT REMARKS:Based on TO 018 with Michael Baker, estimated state PE and to set up initial funding for upcoming design task order. This agreement is subject to the following award terms: http://edocket.access.gpo.gov/2010/pdf/2010-22705.pdf and http://edocket.access.gpo.gov/2010/pdf/2010-22706.pdf. FHWA REMARKS: FEDERAL-AID PROJECT AGREEMENT PoDi/State Admin. PoDi/Locally Admin. Assumed/State Admin. Assumed/Locally Admin. X Program Code :Y230 Other F.A.P. :STPU-9142(60) State Job : Project Description :I-49/Stephen Carr Memorial Blvd. Intchng. Impvts. (Fayetteville) (S) County(ies) :Washington Est. Letting Date : (Month / Year) Inventory Rt. # :0000 000 000|00 Project Type : C "STIP" Item No. : NARTS36 Est. Constr. Date : (Demo Projects Only)(Month / Year) Beginning Milept. :0000.000 Ending Milept : Demo. ID No. : NA (Demo Projects Only) Original Agreement : Description : Evaluation of alternatives for the intersection of Stephen Carr Memorial Drive and the northbound on-ramp for Interstate 49. Alternatives to be evaluated will include a roundabout, signalization and ramp widening. The selected alternative will move on into the environmental and full design phase. Project End Date:CFDA # FOR FHWA Improvement Type : See below BRIDGES Feature Log Mile Str. # Type USE ONLY Urbanized Area : NARTS Rural or Urban : U Functional System : F/C Fed-Aid System : I/O LPA : Y FUNDING:F e d e r a l F u n d s Previously Now Total Other Other Total F.F. Improvement Type Authorized Requested Federal [CITY ][]Cost % STPU - Y230 State PE - 15 0.00 4,000.00 4,000.00 1,000.00 5,000.00 Consult Title I - 15 0.00 100,000.00 100,000.00 25,000.00 125,000.00 Consult Title I - 15 0.00 396,000.00 396,000.00 99,000.00 495,000.00 Consult Title I - 15 0.00 150,000.00 150,000.00 37,500.00 187,500.00 TOTAL 0.00 650,000.00 650,000.00 162,500.00 0.00 812,500.00 FED Max: $650,000 Comments: Based on TO 018 with Michael Baker, estimated state PE and to set up initial funding for upcoming design task order. FHWA will be billed 100% of 80% for consultant costs. Sponsor: City of Fayetteville UEI: FKCQRMDULFH9 STPU funds awarded $650,000 FFY 2025 NARTS Coordinator: The State agrees that as a condition to payment of Federal funds obligated, it accepts and will comply with the agreement Original Agreement X provisions set forth in 23 CFR, Parts 630.106 and 630.112; and its signature constitutes the making of the certifications. Modified Agreement Date: Federal Programs Coordinator Approved in FMIS by Electronic Signature:Date: Section Head - Program Funding Date: Division Engineer - Program Management Federal-Aid Project Agreement was approved and authorized by electronic signature on ___________________ by FHWA Note a copy of Form FMISD06A has been printed and sent to the Master Files which shows the above date. http://edocket.access.gpo.gov/2010/pdf/2010-22706.pdf. Approved for Submission : Agreement/ Modification Requested in FMIS by Electronic Signature: This agreement is subject to the following award terms: http://edocket.access.gpo.gov/2010/pdf/2010-22705.pdf and 80 80 80 80 The Arkansas Department of Transportation hereby requests authorization to proceed with the following project. TBD 20.205 040966 0000.000 March 31, 2027 NA 9/9/2025 9/9/2025 For 9/10/2025 Davie Siskowski 9-11-25 MdGNNGoS Doc Express® Document Signing History Contract: CC - On-Call Local Federal Aid Projects (2025-2028) - Michael Baker International, Inc. Document: ADM2 MA 2025LP00-MBII Date Signed By 11/04/2025 Brandi Mayhan Arkansas Department of Transportation Electronic Signature (Signed by Sponsor) 11/04/2025 Mike Stengel Michael Baker International, Inc. Electronic Signature (Signed by Consultant) 11/04/2025 Jessica Jackson Arkansas Department of Transportation Electronic Signature (Reviewed by Consultant Contracts Division Head) 11/04/2025 David Siskowski Arkansas Department of Transportation Electronic Signature (Reviewed by Division) 11/04/2025 Keli Wylie Arkansas Department of Transportation Electronic Signature (Signed by ACE) 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) 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 040966, I-49/Stephen Carr Memorial Blvd. Intchng. Impvts. (Fayetteville) (S) (hereinafter called the "Project") as a Federal -aid Surface Transportation Block Grant Program — Attributable (STBGP>200K) project. WHEREAS, funding in Infrastructure Investment and Jobs Act (IIJA) includes the following Federal -aid funds for certain local projects: Maximum Minimum Federal % 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. 67-24 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>200K funds; and WHEREAS, funding participation will be subject to a limit of $650,000 maximum Federal -aid STBGP>200K funds for the design and environmental 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 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 ARDOT.gov) 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; • 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. -2- Agreement of Understanding Between the City of Fayetteville, the Northwest Arkansas Regional Planning Commission, and the Arkansas Department of Transportation 4. 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.) 5. 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. 6. Request reimbursement from the Department for eligible expenditures related to the preconstruction phases of the Project. 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. 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. -3- Agreement of Understanding Between the City of Fayetteville, the Northwest Arkansas Regional Planning Commission, and the Arkansas Department of Transportation 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 are 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. 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. IQ Agreement of Understanding Between the City of Fayetteville, the Northwest Arkansas Regional Planning Commission, and the Arkansas Department of Transportation 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. 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 21), Nondiscrimination in Federally -Assisted Programs of the Department of Transportation. 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. -5- Agreement of Understanding Between the City of Fayetteville, the Northwest Arkansas Regional Planning Commission, and the Arkansas Department of Transportation 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. 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. rol Agreement of Understanding Between the City of Fayetteville, the Northwest Arkansas Regional Planning Commission, and the Arkansas Department of Transportation THE COMMISSION WILL: 1. Provide up to $650,000 in Federal -aid STBGP>200K funds for the design and environmental 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. Reimburse the Sponsor 80% (Federal -aid share) for all eligible costs related to preconstruction phases of the Project. 4. 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. 5. Upon receipt of the Sponsor's certification of right of way (property) ownership, provide the appropriate documentation to the file. 6. 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. 7. Advise the Sponsor when to proceed with advertisement of the Project for construction bids. 8. Review bid tabulations and concur in award of the construction contract for the Project. 9. 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. 10. Review and approve any necessary change orders for project/program eligibility. 11. 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. 12. 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). 13. Provide all form updates via email to the contact as shown on Form LPA-005 14. Be reimbursed for costs involved in performing all the services listed above. -7- Agreement of Understanding Between the City of Fayetteville, the Northwest Arkansas Regional Planning Commission, and the Arkansas Department of Transportation 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 assigned duties as related in this Agreement, receiving future Federal -aid highway funds. Sponsor fail to fulfill its responsibilities and such failure may disqualify the Sponsor from 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 29th day of January 2024 -8- Agreemem ofUndemtardnsg Betwam the City ofraymevdle. the Northwest Arkansas Regional Planning Commissar. and the Arkansas Departmem of `F n portaoon Agreement of Understanding between: The City of Fayetteville, Northwest Arkansas Regional Planning Commission, and the Arkansas Department of Transportation relative to: Implementation of the 149 & Stephen Carr Memorial Boulevard Interchange Improvements Project. Kit Williams Attorney Signatories CITY OF FAYETTEVILLE la 12/04/2024 Date 12/04/2024 Date Agreement of Understanding Between the City of Fayetteville, the Northwest Arkansas Regional Planning Commission, and the Arkansas Department of Transportation Agreement of Understanding between: The City of Fayetteville, Northwest Arkansas Regional Planning Commission, and the Arkansas Department of Transportation relative to: Implementation of the I-49 & Stephen Carr Memorial Boulevard Interchange Improvements Project. Signatory NORTHWEST ARKANSAS REGIONAL PLANNING COMMISSION Tim Conklin Date Executive Director Io Agreement of Understanding Between the City of Fayetteville, the Northwest Arkansas Regional Planning Commission, and the Arkansas Department of Transportation Agreement of Understanding between: The City of Fayetteville, Northwest Arkansas Regional Planning Commission, and the Arkansas Department of Transportation relative to: Implementation of the I-49 & Stephen Carr Memorial Boulevard Interchange Improvements Project. Signatory ARKANSAS DEPARTMENT OF TRANSPORTATION Date Ali Forms referenced in this Agreement are available in digital format on the Department's webpage www.ardot.eov/LPA. ARKANSAS DEPARTMENT OF TRANSPORTATION NOTICE OF NONDISCRIMINATION The Arkar" 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, manorial origin, religion (not applicable 0 a protected group under the Federal Motor Carrier Safety Administration Title VI Program), disability, Limited English Protimenry (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/Tide VI Coordinator), P. O. Box 2261. Little Rock, AR 72203, (501) 569-2298, (VoicefrTY 711), or the following email address: j,,Ama mcfgddc_ r o �m . Free language assistance for Limited English Proftciem individuals is available upon request - This notice is available from the ADA/50VTitle VI Coordinator in large print, on audiotape and in Braille.