Loading...
HomeMy WebLinkAbout72-24 RESOLUTIONFile Number: 2024-1712 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 72-24 ENGINEERING ELEMENTS, PLLC. (SERVICE CONTRACT): A RESOLUTION TO APPROVE A PROFESSIONAL SERVICES CONTRACT IN THE AMOUNT OF $108,000.00 WITH ENGfNEERING ELEMENTS, PLLC, PURSUANT TO RFQ #23-01, SELECTION 11 , FOR CITY HALL HVAC UPGRADES, TO APPROVE A PROJECT CONTINGENCY OF $6,307.00, AND TO APPROVE A BUDGET ADJUSTMENT WHEREAS , the current HVAC system was installed in City Hall in 1998 and the Facilities Management Division has been servicing and maintaining the system to extend its use as long as possible, but it has passed its life cycle. 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 hereby authorizes Mayor Jordan to sign a Professional Services Contract in the amount of $108,000.00 with Engineering Elements, PLLC , pursuant to RFQ #23- 0 I Selection 11 , for City Hall HV AC upgrades and further approves a project contingency in the amount of $6,307.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adju stment, a copy of which is attached to this Re so lution . PASSED and APPROVED on February 20, 2024 Page 1 Mailing address: 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov CITY COUNCIL MEMO 2024-1712 MEETING OF FEBRUARY 20, 2024 TO: Mayor Jordan and City Council THRU: Paul Becker, Chief Financial Officer FROM: Waylon Abernathy, Bond Projects & Construction Dir SUBJECT: Professional Services Contract with Engineering Elements, PLLC, for Engineering Services for City Hall HVAC Upgrades, Contingency and Budget Adjustment. RECOMMENDATION: Approval of RFQ-23-01, Selection 11 Professional Services Contract with Engineering Elements, PLLC for City Hall HVAC upgrades in the amount of $108,000, a project contingency of $6,307.00 and approve a budget adjustment. BACKGROUND: The current HVAC system was installed in City Hall in 1998. Our Facilities Staff has been servicing and maintaining the system to extend its use as long as possible. However, it has passed its life cycle. DISCUSSION: Services include Site Investigation and Study, Preliminary Design, Contract Documents, Bidding, and Construction Administration. BUDGET/STAFF IMPACT: A budget adjustment will allocate funds from these accounts. ATTACHMENTS: SRF (#3), BA (#4), RFQ 23-01 Sel. 11 - CONTRACT (#5), Appendix A - EEI Contract (#6), RFQ 23-01, Sel. 11 - Appendix B - City Issued RFQ (#7), RFQ 23-01, Sel. 11 - Appendix C - Engineering Elements Submittal (#8) Page 1 City of Fayetteville, Arkansas Legislation Text 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 File #: 2024-1712 Professional Services Contract with Engineering Elements, PLLC, for Engineering Services for City Hall HVAC Upgrades, Contingency and Budget Adjustment. A RESOLUTION TO APPROVE A PROFESSIONAL SERVICES CONTRACT IN THE AMOUNT OF $108,000.00 WITH ENGINEERING ELEMENTS, PLLC, PURSUANT TO RFQ #23-01, SELECTION 11, FOR CITY HALL HVAC UPGRADES, TO APPROVE A PROJECT CONTINGENCY OF $6,307.00, AND TO APPROVE A BUDGET ADJUSTMENT WHEREAS, the current HVAC system was installed in City Hall in 1998 and the Facilities Management Division has been servicing and maintaining the system to extend its use as long as possible, but it has passed its life cycle. 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 Jordan to sign a Professional Services Contract in the amount of $108,000.00 with Engineering Elements, PLLC, pursuant to RFQ #23-01 Selection 11, for City Hall HVAC upgrades and further approves a project contingency in the amount of $6,307.00. 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. City of Fayetteville Staff Review Form 2024-1712 Item ID 2/20/2024 City Council Meeting Date - Agenda Item Only N/A for Non-Agenda Item Wade Abernathy 1/31/2024 FACILITIES MANAGEMENT (140) Submitted By Submitted Date Division / Department Action Recommendation: Approval of RFQ-23-01, Selection 11 Provessional Services Contract with Engineering Elements, PLLC for the City Hall HVAC Upgrades in the amount of $108,000.00 and approve a Budget Adjustment. This is a 2019 Facilities Bond Project. ***** Approval of $6,307 contingency **** Budget Impact: 4607.860.7710-5860.02 4470.140.8900-5860.02 4607 - City Facilities Bonds 2019 4470 - Sales Tax Account Number Fund 15009.1 46070.7710 Building Efficiency Improvements City Facilities, City Hall Improvements Project Number Project Title Budgeted Item?Yes Total Amended Budget $114,307.00 Expenses (Actual+Encum)$- Available Budget $114,307.00 Does item have a direct cost?Yes Item Cost $108,000.00 Is a Budget Adjustment attached?Yes Budget Adjustment $- $175.00 Remaining Budget $6,307.00 V20221130 Purchase Order Number:Previous Ordinance or Resolution # Change Order Number:Approval Date: Original Contract Number: Comments: City of Fayetteville, Arkansas - Budget Adjustment (Agenda) Budget Year Division /Org2 FACILITIES MANAGEMENT (140) Adjustment Number 2024 Requestor:Wade Abernathy BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Approval of RFQ-23-01, Selection 11 Provessional Services Contract with Engineering Elements, PLLC for the City Hall HVAC Upgrades in the amount of $108,000.00 and approve a Budget Adjustment. This is a 2019 Facilities Bond Project. COUNCIL DATE:2/20/2024 ITEM ID#:2024-1712 Holly Black 2/1/2024 7:19 AM Budget Division Date TYPE:D - (City Council) JOURNAL #: GLDATE: RESOLUTION/ORDINANCE CHKD/POSTED:/ v.2024116TOTAL-- Increase / (Decrease)Project.Sub# Account Number Expense Revenue Project Sub.Detl AT Account NameGLACCOUNTEXPENSEREVENUEPROJECTSUBATDESCRIPTION X 4607.860.7710-5860.02 34,307 -46070 7710 EX Capital Prof Svcs - Engineering/Architectural 4470.140.8900-5860.02 73,693 -15009 1 EX Capital Prof Svcs - Engineering/Architectural 4470.140.8900-5911.99 6,307 15009 1 EX Contingency - Capital Project 4607.860.7999-5899.00 (34,307)-46070 7999 EX Unallocated - Budget 4470.140.8900-5315.00 (80,000)-15009 1 EX Contract Services -- -- -- -- -- -- -- -- -- -- -- -- 1 of 1 CI T Y Of FAYETTE VILLE A RKANSAS Contract for Professional Engineering/ Architectural Services Selection #11-City Hall HVAC Upgrades Engineer/Architect: Engineering Elements, PLLC Term : Single Project THIS AGREEMENT (Contract) is executed this 2.0 day of Fe\a n.AOi r L1 ' 2024, by and between the City of Fayetteville, Arkansas acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE or CITY) and Engineering Elements, PLLC (hereinafter ca ll ed Engineer/Architect or Engineering Elements). CITY OF FAYETTEVILLE from time to time requires professional Engineering and/or Architectural serv ic es in connection with the evaluation, design, construction drawings, bidding, and/or construction observation of capita l improvement projects . Therefore, CITY and Engineering Elements in consideration of their mutual covenants agree as follows: Engineering Elements shall serve as the professional engineer/architect consultant to the CITY in those assignments to which this Agreement applies and shall give consultation and advice to CITY OF FAYETTEVILLE during the performance of services defined in the scope of work. All services shall be performed under the direction of a li censed engineer/architect registered in the State of Arkansas and qualified in the particular field . 1. Contracted parties: This agreement shall be binding between all parties. Fees for services shall be provided as identified in appendices. 2. Entire Agreement and Exhibits: This Agreement sets forth the entire agreement and understanding between the parties on the subject matter of this Agreement. Parties shall not be bound by any conditions, definitions, representations or warranties with respect to the subject matter of this Agreement other than those as express ly provided herein. This agreement may be modified only by a duly executed written instrument signed by the CITY and Engineering Elements. a. Appendices included under this agreement in clude the following and sha ll govern in the following order. Contract language in this document sha ll prevail over all exhibits: i. Appendix A: Scope of Work & Fees ii. Appendix B: City's solicitation identified as RFQ 23-01, Engineering & Architectural Services iii. Appendix C: Engineering Elements' Response to RFQ 23-01 iv . Appendix D: Engineering Elements' Certificate of Insurance 3. Notices: Any notice required under this Agreement shall be in writing, address to the appropriate party at the following addresses : a. City of Fayetteville: Attention: Mayor Lioneld Jordan, 113 W . Mountain, Fayettevil le, AR 72701 b. Engineering Elements , PLLC: Attention : Shane Lanning, 2458 E. Joyce Blvd., Fayettevi ll e, AR 72703 4 . Fees, Expenses, and Payments: a. The Fixed Fee amount authorized for this agreement is $108,000.00 plus any reimbursable expenses attributed to the project. Progress payments shall be paid to Engineering Elements as described in Appendix A. b. Engineering Elements shal l track, log, and report hours and expenses directly related to this Agreement. Invoices shall be itemi zed by phase. Invoice and payment requests shall not exceed the percentage for work completed as defined by Appendix A. RFQ 23 -01, Engineering & Architectural Services -Selection 11 City Hall HVAC Upgrades -Engineering Elements PLLC RFQ 23‐01, Engineering & Architectural Services – Selection 11  City Hall HVAC Upgrades – Engineering Elements PLLC  c. Payment Terms: All invoices are payable upon approval and due within thirty (30) calendar days.  If a  portion of an invoice or statement is disputed by CITY, the undisputed portion shall be paid. CITY OF  FAYETTEVILLE shall advise Engineering Elements in writing of the basis for any disputed portion of any  invoice. CITY shall make reasonable effort to pay invoices within 30 calendar days of date the invoice is  approved.  d. Monthly invoices for each calendar month shall be submitted to CITY OF FAYETTEVILLE or such parties as  CITY may designate for professional services consistent with Engineering Elements’ normal billing  schedule.  Once established, the billing schedule shall be maintained throughout the duration of the  Project.  Invoices shall be made in accordance with a format to be developed by Engineering Elements  and approved by CITY OF FAYETTEVILLE.  Applications for payment shall be accompanied each month by  the updated project schedule as the basis for determining the value earned as the work is accomplished.   Final payment for professional services shall be made upon CITY’s approval and acceptance with the  satisfactory completion of professional services for the Project.   e. Final Payment: Upon satisfactory completion of the work performed under this Agreement, as a condition  before final payment under this Agreement, or as a termination settlement under this Agreement,  Engineering Elements shall execute and deliver to CITY OF FAYETTEVILLE a release of all claims against  CITY OF FAYETTEVILLE arising under or by virtue of this Agreement, except claims which are specifically  exempted by Engineering Elements to be set forth therein.    i. Unless otherwise provided in this Agreement or by State law or otherwise expressly agreed to by  the parties to this Agreement, final payment under this Agreement or settlement upon  termination of this Agreement shall not constitute a waiver of CITY OF FAYETTEVILLE claims  against Engineering Elements or sureties under this Agreement.    5. Jurisdiction:  Legal jurisdiction to resolve any disputes shall be Arkansas with Arkansas law applying to the case.    6. Venue: Venue for all legal disputes shall be Washington County, Arkansas.    7. Changes in Scope or Price:  Changes, modifications, or amendments in scope, price or fees to this contract shall  not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in  advance of the change in scope, cost or fees.    8. Omissions by the Engineer/Architect:  If Engineering Elements fails to include or omits an item from the Contract  Documents, which was fully anticipated to be included in the Project, thereby necessitating the need for a Change  Order, Engineering Elements will not receive a fee for work associated with the Change Order.    9. Insurance: Engineering Elements shall furnish a certificate of insurance addressed to the CITY OF FAYETTEVILLE,  showing coverages for the following insurance which shall be maintained throughout the term of this agreement.   Any work sublet to major subconsultants including MEP, Structural, and Civil, Engineering Elements shall require  the subconsultant to provide the insurance identified. In case any employee engaged in work on the project  under this contract is not protected under Worker's Compensation Insurance, Engineering Elements shall provide  and shall cause each Subcontractor to provide adequate insurance for the protection of such of his employees as  are not otherwise protected.  a. Engineering Elements shall provide to the CITY certificates as evidence of the specified insurance  presented in Appendix D within ten (10) calendar days of the date of this agreement and upon each  renewal coverage.    i. Certificates of Insurance shall list the CITY OF FAYETTEVILLE as an additional insured. Listing the  CITY has a Certificate Holder only is NOT an acceptable substitute. Certificates of Insurance must  include the endorsement(s) showing the CITY OF FAYETTEVILLE listed as an additional insured.  RFQ 23‐01, Engineering & Architectural Services – Selection 11  City Hall HVAC Upgrades – Engineering Elements PLLC  b. Subconsultants shall maintain reasonable insurance including but not limited to worker’s compensation,  auto as applicable, general liability, errors and omissions, etc.     10. Professional Responsibility:  Engineering Elements will exercise reasonable skill, care, and diligence in the  performance of services and will carry out its responsibilities in accordance with customarily accepted  professional practices. CITY OF FAYETTEVILLE will promptly report to Engineering Elements any defects or  suspected defects in services of which CITY OF FAYETTEVILLE becomes aware, so Engineering Elements can take  measures to minimize the consequences of such a defect.  CITY OF FAYETTEVILLE retains all remedies to recover  for its damages caused by any negligence of Engineering Elements.    11. Responsibility of the City of Fayetteville: CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to  delay the services of Engineering Elements:  a. Provide full information as to the requirements for the Project.  b. Assist Engineering Elements by making available all available information pertinent to the assignment  including previous reports and any other data relative thereto.  c. Assist Engineering Elements in obtaining access to property reasonably necessary to perform the services  under this Agreement.  d. Examine all studies, reports, sketches, cost opinions, proposals, and other documents presented by  Engineering Elements and render in writing decisions pertaining thereto.  e. Review all documents and provide written comments to Engineering Elements in a timely manner.  f. The City of Fayetteville Facilities Director is the project representative with respect to the services to be  performed under this Agreement.  The Facilities Director shall have complete authority to transmit  instructions, receive information, interpret and define policies and decisions with respect to materials,  equipment, elements and systems to be used in the Project, and other matters pertinent to the services  covered by this Agreement.    12. Cost Opinions and Projections: Cost opinions and projections prepared by the Engineering Elements relating to  construction costs and schedules, operation and maintenance costs, equipment characteristics and performance,  cost estimating, and operating results are based on Engineering Elements’ experience, qualifications, and  judgment as a design professional.  Since Engineering Elements has no control over weather, cost and availability  of labor, material and equipment, labor productivity, construction Contractors’ procedures and methods,  unavoidable delays, construction Contractors’ methods of determining prices, economic conditions, competitive  bidding or market conditions, and other factors affecting such cost opinions or projections, Engineering Elements  does not guarantee that actual rates, costs, performance, schedules, and related items will not vary from cost  opinions and projections prepared by Engineering Elements.    13. Period of Service: This Agreement will become effective upon the first written notice by CITY OF FAYETTEVILLE  authorizing services hereunder.    a. The provisions of this Agreement have been agreed to in anticipation of the orderly progress of the  Project through completion of the services stated in the Agreement. Engineering Elements will proceed  with providing the authorized services immediately upon receipt of written authorization from CITY OF  FAYETTEVILLE.  Said authorization shall include the scope of the work authorized and the time in which  the work is to be completed.      14. Termination:  a. This Agreement may be terminated in whole or in part in writing by either party in the event of  substantial failure by the other party to fulfill its obligations under this Agreement through no fault of the  terminating party, provided that no termination may be effected unless the other party is given:  RFQ 23‐01, Engineering & Architectural Services – Selection 11  City Hall HVAC Upgrades – Engineering Elements PLLC  i. Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt  requested) of intent to terminate,  ii. An opportunity for consultation with the terminating party prior to termination.  b. This Agreement may be terminated in whole or in part in writing by CITY OF FAYETTEVILLE for its  convenience, provided that Engineering Elements is given:  i. Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt  requested) of intent to terminate,  ii. An opportunity for consultation with the terminating party prior to termination.  c. If termination for default is affected by CITY OF FAYETTEVILLE, an equitable adjustment in the price  provided for in this Agreement shall be made, but  i. No amount shall be allowed for anticipated profit on unperformed services or other work,  ii. Any payment due to Engineering Elements at the time of termination may be adjusted to cover  any additional costs to CITY OF FAYETTEVILLE because of Engineering Elements’ default.  d. If termination for default is affected by Engineering Elements, or if termination for convenience is  affected by CITY OF FAYETTEVILLE, the equitable adjustment shall include a reasonable profit for services  or other work performed.  The equitable adjustment for any termination shall provide for payment to  Engineering Elements for services rendered and expenses incurred prior to the termination, in addition to  termination settlement costs reasonably incurred by Engineering Elements relating to commitments  which had become firm prior to the termination.  e. Upon receipt of a termination action, Engineering Elements shall:  i. Promptly discontinue all affected work (unless the notice directs otherwise),   ii. Deliver or otherwise make available to CITY OF FAYETTEVILLE all data, drawings, specifications,  reports, estimates, summaries and such other information and materials as may have been  accumulated by Engineering Elements in performing this Agreement, whether completed or in  process.  f. Upon termination under sections above CITY OF FAYETTEVILLE may take over the work and may award  another party an agreement to complete the work under this Agreement.  g. If, after termination for failure of Engineering Elements to fulfill contractual obligations, it is determined  that Engineering Elements had not failed to fulfill contractual obligations, the termination shall be  deemed to have been for the convenience of CITY OF FAYETTEVILLE.  In such event, adjustments of the  agreement price shall be made as provided in this agreement.    15. Delays  a. In the event the services of Engineering Elements are suspended or delayed by CITY OF FAYETTEVILLE or  by other events beyond reasonable control, Engineering Elements shall be entitled to additional  compensation and time for reasonable documented costs actually incurred by Engineering Elements in  temporarily closing down or delaying the Project.  b. In the event the services are suspended or delayed by Engineering Elements, CITY shall be entitled to  compensation for its reasonable costs incurred in temporarily closing down or delaying the project. The  CITY does not agree to waive its right to claim (in addition to direct damages) special, indirect, or  consequential damages, whether such liability arises in breach of contract or warranty, tort (including  negligence), strict or statutory liability, or any other cause of action.     16. Rights and Benefits: Engineering Elements’ services shall be performed solely for the benefit of CITY OF  FAYETTEVILLE and not for the benefit of any other persons or entities.  RFQ 23‐01, Engineering & Architectural Services – Selection 11  City Hall HVAC Upgrades – Engineering Elements PLLC  17. Dispute Resolution  a. Scope of Paragraph:  The procedures of this Paragraph shall apply to any and all disputes between CITY  OF FAYETTEVILLE and Engineering Elements which arise from, or in any way are related to, this  Agreement, including, but not limited to the interpretation of this Agreement, the enforcement of its  terms, any acts, errors, or omissions of CITY OF FAYETTEVILLE or Engineering Elements in the  performance of this Agreement, and disputes concerning payment.  b. Exhaustion of Remedies Required:  No action may be filed unless the parties first negotiate. If timely  Notice is given as described in this agreement, but an action is initiated prior to exhaustion of these  procedures, such action shall be stayed, upon application by either party to a court of proper jurisdiction,  until the procedures in this agreement have been complied with.  c. Notice of Dispute  i. For disputes arising prior to the making of final payment promptly after the occurrence of any  incident, action, or failure to act upon which a claim is based, the party seeking relief shall serve  the other party with a written Notice.  ii. For disputes arising within one year after the making of final payment, CITY OF FAYETTEVILLE  shall give Engineering Elements written Notice at the address listed in this agreement within  thirty (30) calendar days after occurrence of any incident, accident, or first observance of defect  or damage.  In both instances, the Notice shall specify the nature and amount of relief sought,  the reason relief should be granted, and the appropriate portions of this Agreement that  authorize the relief requested.  iii. Negotiation:  Within seven (7) calendar days of receipt of the Notice, the Project Managers for  CITY OF FAYETTEVILLE and Engineering Elements shall confer in an effort to resolve the dispute.   If the dispute cannot be resolved at that level, then, upon written request of either side, the  matter shall be referred to the President of Engineering Elements and the Mayor of CITY OF  FAYETTEVILLE or his designee.  These officers shall meet at the Project Site or such other location  as is agreed upon within 30 calendar days of the written request to resolve the dispute.    18. Sufficient Funds: The CITY represents it has sufficient funds or the means of obtaining funds to remit payment to  Engineering Elements for services rendered by Engineering Elements.      19. Publications: Recognizing the importance of professional development on the part of Engineering Elements’  employees and the importance of Engineering Elements’ public relations, Engineering Elements may prepare  publications, such as technical papers, articles for periodicals, promotional materials, and press releases, in  electronic or other format, pertaining to Engineering Elements’ services for the Project.  Such publications will be  provided to CITY OF FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE’s advance review.  CITY OF  FAYETTEVILLE shall review such drafts promptly and provide CITY OF FAYETTEVILLE’s comments to Engineering  Elements, CITY OF FAYETTEVILLE may require deletion of proprietary data or confidential information from such  publications, but otherwise CITY OF FAYETTEVILLE will not unreasonably withhold approval.  Approved materials  may be used in a variety of situations and do not require additional review or approval for each use.  The cost of  Engineering Elements’ activities pertaining to any such publication shall be for Engineering Elements’ account.    20. Indemnification: Engineering Elements shall indemnify, hold harmless and, not excluding the CITY’s right to  participate, defend the CITY and any of its officers, or employees from and against all liabilities, claims, actions,  damages, losses and expenses, including without limitation reasonable attorneys' fees and costs, arising out of or  resulting in any way from the performance of professional services for the CITY in Engineering Elements’ capacity  as an Engineer/Architect, and caused by any willful or negligent error, omission, or act of Engineering Elements or  any person employed by it or anyone for whose acts Engineering Elements is legally liable.    RFQ 23‐01, Engineering & Architectural Services – Selection 11  City Hall HVAC Upgrades – Engineering Elements PLLC  21. Freedom of Information Act: CITY OF FAYETTEVILLE contracts and documents prepared while performing CITY  contractual work are subject to the Arkansas Freedom of Information Act (FOIA). If a Freedom of Information Act  request is presented to the CITY OF FAYETTEVILLE, the engineer/architect will do everything possible to provide  the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A.  25‐19‐101 et. Seq.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for this  compliance.    22. Debarment Certification: Engineering Elements hereby provides debarment/suspension certification indicating  compliance with the below Federal Executive Order.  Federal Executive Order (E.O.) 12549 “Debarment and  Suspension” requires that all contractors receiving individual awards, using federal funds, and all sub‐recipients  certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared  ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal  Government.  Engineering Elements hereby attests its principal is not presently debarred, suspended, proposed  for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal  department or agency.    23. Ownership of Documents:  a. All documents provided by CITY OF FAYETTEVILLE including original drawings, CAD drawings, estimates,  field notes, and project data are and remain the property of CITY OF FAYETTEVILLE. Engineering Elements  may retain reproduced copies of drawings and copies of other documents.  b. Engineering and architectural documents, computer models, drawings, specifications and other hard copy  or electronic media prepared by Engineering Elements as part of the Work shall become the property of  CITY OF FAYETTEVILLE when Engineering Elements has been compensated for all Services rendered,  provided, however, that Engineering Elements shall have an unrestricted perpetual license right to their  use.  Engineering Elements shall, however, retain its rights in its standard drawings details, specifications,  databases, computer software, and other proprietary property.  Rights to intellectual property developed,  utilized, or modified in the performance of the Services shall remain the property of Engineering  Elements.  c. Any files delivered in electronic medium may not work on systems and software different than those with  which they were originally produced.  Engineering Elements makes no warranty as to the compatibility of  these files with any other system or software.  Because of the potential degradation of electronic medium  over time, in the event of a conflict between the sealed original drawings/hard copies and the electronic  files, the sealed drawings/hard copies will govern.    24. Additional Responsibilities of Engineering Elements:  a. Review, approval, or acceptance of design drawings, specifications, reports and other services  furnished hereunder by CITY shall not in any way relieve Engineering Elements of responsibility for  the technical adequacy of the work.  Review, approval or acceptance of, or payment for any of  the services by CITY shall not be construed as a waiver of any rights under this Agreement or of  any cause of action arising out of the performance of this Agreement.  b. Engineering Elements shall be and shall remain liable, in accordance with applicable law, for all  damages to CITY OF FAYETTEVILLE caused by Engineering Elements’ negligent performance,  except beyond the Engineering Elements normal standard of care, of any of the services furnished  under this Agreement, and except for errors, omissions or other deficiencies to the extent  attributable to CITY OF FAYETTEVILLE or CITY OF FAYETTEVILLE‐furnished data.  c. Engineering Elements’ obligations under this clause are in addition to Engineering Elements’ other  express or implied assurances under this Agreement or State law and in no way diminish any  RFQ 23‐01, Engineering & Architectural Services – Selection 11  City Hall HVAC Upgrades – Engineering Elements PLLC  other rights that CITY OF FAYETTEVILLE may have against Engineering Elements for faulty  materials, equipment, or work.    25. Audit and Access to Records:  a. Engineering Elements shall maintain books, records, documents and other evidence directly  pertinent to performance on work under this Agreement in accordance with generally accepted  accounting principles and practices consistently applied in effect on the date of execution of this  Agreement.  b. Engineering Elements shall also maintain the financial information and data used by Engineering  Elements in the preparation of support of the cost submission required for any negotiated  agreement or change order and send to CITY OF FAYETTEVILLE a copy of the cost summary  submitted.  CITY OF FAYETTEVILLE, or any of their authorized representatives shall have access to  all such books, records, documents and other evidence for the purpose of inspection, audit and  copying during normal business hours. Engineering Elements will provide proper facilities for such  access and inspection.  c. Records shall be maintained and made available during performance on assisted work under this  Agreement and until three years from the date of final payment for the project.  In addition,  those records which relate to any controversy arising out of such performance, or to costs or  items to which an audit exception has been taken, shall be maintained and made available until  three years after the date of resolution of such appeal, litigation, claim or exception.  d. This right of access clause (with respect to financial records) applies to:  i. Negotiated prime agreements:  ii. Negotiated change orders or agreement amendments affecting the price of any formally  advertised, competitively awarded, fixed price agreement:  iii. Agreements or purchase orders under any agreement other than a formally advertised,  competitively awarded, fixed price agreement.  However, this right of access does not  apply to a prime agreement, lower tier sub agreement or purchase order awarded after  effective price competition, except:  1. With respect to record pertaining directly to sub agreement performance,  excluding any financial records of Engineering Elements;  2. If there is any indication that fraud, gross abuse or corrupt practices may be  involved;  3. If the sub agreement is terminated for default or for convenience.    26. Covenant Against Contingent Fees:  a. Engineering Elements warrants that no person or selling agency has been employed or retained to  solicit or secure this Agreement upon an agreement of understanding for a commission,  percentage, brokerage or continent fee, excepting bona fide employees or bona fide established  commercial or selling agencies maintained by Engineering Elements for the purpose of securing  business.  For breach or violation of this warranty, CITY OF FAYETTEVILLE shall have the right to  annul this Agreement without liability or at its discretion, to deduct from the contract price or  consideration, or otherwise recover, the full amount of such commission, percentage,  brokerage, or contingent fee.  27 . Gratuities: a. If CITY OF FAYETTEVILLE finds after a notice and hearing that Engineering Elements or any of Engineering Elements ' agents or representatives, offered or gave gratuities (in the form of entertainment, gifts or otherwise) to any official , employee or agent of CITY OF FAYETTEVILLE , or related third party contractor associated with this project, in an attempt to secure an agreement or favorable treatment in awarding, amending or making any determinations related to the performance of this Agreement, CITY OF FAYETTEVILLE may, by written notice to Engineering Elements terminate this Agreement. CITY OF FAYETTEVILLE may also pursue other rights and remedies that the law or this Agreement provides . However, the ex istence of the facts on which CITY OF FAYETTEVILLE bases such finding shall be in issue and may be reviewed in proceedings under the Remedies clause of this Agreement. b. The CITY may pursue the same remedies against Engineering Elements as it could pursue in the event of a breach of the Agreement by Engineering Elements . As a penalty, in addition to any other damages to which it may be entitled by law, CITY OF FAYETTEVILLE may pursue exemplary damages in an amount, as determined by CITY , which shall be not less than three nor more than ten times the costs Engineering Elements incurs in providing any such gratuities to any such officer or employee . 28 . Clarification and Understanding of all parties: Engineering Elements shall no t ass ign its du t ie s under th e t er ms of t hi s ag ree ment with o ut pri o r wri t t en co nse nt of the City. Sub consu lta nts id entifi ed in Engineering Elements' res ponse shall be per m it te d as be in g refe renced herein. IN WITN ESS WH EREO F, CITY OF FAYETTEVILLE, ARKANSAS by and t h ro ugh it s M ayor, and ENGINEERING ELEMENTS, PLLC, by its aut horized office r have made and execu t ed t hi s Agree ment as of t he day and year firs t above written. ATTEST : Date Signed : Fci.oYU-a 0j RFQ 23-01, Engineeri ng & Ar chi tectu r al Serv ices -Se lectio n 11 Ci t y Hall HVAC Upgrades -En gi nee ri ng El e me nts PLL C ENGINEERING ELEMENTS, PLLC Engineering Elements, PLLC 2458 E. Joyce Blvd., Suite 1 Fayetteville, Arkansas 72703 Phone (479) 695-1333 Fax: (479) 251-7982 Mr. Wade Abernathy January 24, 2024 City of Fayetteville 113 West Mountain Street Fayetteville, AR 72701 Re: City Hall HVAC Upgrades Fayetteville, Arkansas Mr. Abernathy, I am pleased to propose mechanical/electrical engineering services to you for the above referenced project. This proposal is based on the preliminary information I received from your office and from our initial site visit on January 23. It is my understanding this project will consist of mechanical engineering design for upgrades to the HVAC systems throughout four stories of the City Hall building at 113 West Mountain. This proposal includes services that will be completed in multiple phases. We envision the phasing to include: 1. Initial Site Investigation and Engineering Study Phase  Create existing floor plan of the existing building  Document existing HVAC systems including ductwork and piping layouts and sizes  Witness existing conditions and interview staff to identify inefficiencies and problems with existing HVAC systems. o Note: A variety of known issues related to the existing HVAC systems were identified and discussed during our initial meeting and walk-through with Client. These issues will be specifically addressed in our evaluation along with other findings our work may reveal.  Perform additional analysis and calculations to develop list of recommended upgrades  Provide summary report of recommended upgrades and review these with Client 2. Preliminary Design Phase  Perform design of highest-priority renovation scopes of work including development of preliminary design documents that can be used for budgeting purposes and conversations between engineers and City. This phase also includes formal load calculations for building heating and cooling requirements. o Note: In some cases, only partial system upgrades may be designed depending on the findings of the early-phase evaluation work and related discussions with Client. Also, wherever systems exhibit some performance deficiency but otherwise appear to have acceptable physical conditions, our design documents may direct contractors to make certain adjustments and/or balancing of such systems only (no replacement or upgrade of physical infrastructure). 3. Contract Documents Phase  Develop final drawings and specifications to be used for contractor bidding purposes. Note: We are aware future architectural remodeling will occur within this building and our design will endeavor to include accommodations for such remodel. 4. Construction Phase  Provide bidding support such as lead pre-bid walk-through  Answer contractor informal questions and formal RFIs  Develop and issue addenda as necessary  Perform submittal reviews  Perform periodic site visits for witnessing installation  Perform final punch list of project 2  New HVAC system specifications are expected to consist of a mix of equipment types that may include either direct-exchange (DX) or hydronic (Chilled water / hot water) type technology based on project conditions. Air-side capabilities of new equipment are expected to feature variable air volume (VAV). For DX equipment, compressor staging and modulation capabilities will be considered against various factors such as temperature control, humidity control and equipment first-cost. o Note: Final selection of all system types will be coordinated with Client prior to issuing design documents.  Miscellaneous HVAC systems including ductwork, controls, air devices, and associated accessories.  Specification of new exhaust systems where required  Specification of new natural gas piping where required  Specification of new electrical circuits for new HVAC equipment where required (Ex. new conduit, wiring, and overcurrent protection as required.)  Specification of HVAC-related fire alarm system devices where required by code such as smoke / shut-down controls for systems exceeding 2,000 CFM capacity. Notes and exclusions: a. Access: This proposal is based on free and safe access, provided by the client, to systems within the scope of proposed work. b. Hours of Work: 8AM-5PM Monday-Friday excluding national holidays. c. Equipment Rental: Equipment rentals needed for high access are not included. d. Structural Engineering: Review by structural engineer is not included. e. Guarantees and Warranties: No guarantees or warranties, expressed or implied, are included in the engineering design services. The fee for the above-described services is proposed as a Fixed Fee of One Hundred Eight Thousand Dollars ($108,000) for our portion of the work plus any reimbursable expenses attributed to the project. Additional services that you may request will be provided on an hourly basis utilizing the following hourly rates: Principal Engineer $165 Project Engineer $135 If this proposal is acceptable please sign in the space provided and return a copy for my files. If you have any questions or need additional information, please contact me. Sincerely, Shane R. Lanning, P.E. ____________________________________ Engineering Elements, PLLC City of Fayetteville City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services Page 1 of 14 City of Fayetteville, Arkansas Purchasing Division – Room 306 113 W. Mountain Fayetteville, AR 72701 Phone: 479.575.8256 TDD (Telecommunication Device for the Deaf): 479.521.1316 REQUEST FOR QUALIFICATION: RFQ 23-01, Engineering & Architectural Services DEADLINE: Tuesday, January 31, 2023 before 2:00 PM, local time SR. PURCHASING AGENT: Amanda Beilfuss, abeilfuss@fayetteville-ar.gov DATE OF ISSUE AND ADVERTISEMENT: 01/08/2023 REQUEST FOR STATEMENTS OF QUALIFICATION RFQ 23-01, Engineering & Architectural Services It is the intent for the accepted responses of this solicitation to be considered for all engineering and architectural selections for 2023. The City may select engineers and architects for bond projects from this RFQ as well as projects related to funding from the American Rescue Plan. The City reserves the right to issue a separate RFQ at any time for any job specific engineering and/or architectural selection. Submittals shall be submitted via upload and complete submission on the City’s electronic platform at http://fayetteville-ar.gov/bids. No physical copies shall be submitted. The City will not accept late or misdirected responses. All statements of qualification shall be submitted in accordance with the attached City of Fayetteville specifications and documents attached hereto. Each Proposer is required to fill in every blank and shall supply all information requested; failure to do so may be used as basis of rejection. Any bid, proposal, or statements of qualification will be rejected that violates or conflicts with state, local, or federal laws, ordinances, or policies. The Proposer hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated herein, and in strict accordance with the specifications and general conditions of bidding, all of which are made a part of this offer. This offer is not subject to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City Purchasing Director. RFQ (REQUEST FOR QUALIFICATION) Ap p e n d i x B RF Q 2 3 - 0 1 , S e l e c t i o n 1 1 Cit y H a l l H V A C U p g r a d e s Cit y I s s u e d R F Q City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services Page 2 of 14 City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services Advertisement City of Fayetteville, AR Request for Statements of Qualification RFQ 23-01, Engineering & Architectural Services The City of Fayetteville, Arkansas, is requesting statements of qualifications from firms interested in providing engineering, architectural, & land surveying services for 2023 street, drainage, bridge, water & sewer, trails, parks, and other projects. All statements shall be received by Tuesday, January 31, 2023 before 2:00 PM, local time utilizing the City’s electronic portal located at http://fayetteville-ar.gov/bids. Late or misdirected proposals will not be accepted. Proposals will not be accepted after the deadline. The City of Fayetteville will not be responsible for lost or misdirected RFQ’s, or failure of bidder’s technical equipment. Forms & addendums can be downloaded from the City’s electronic portal at http://fayetteville-ar.gov/bids. All questions regarding the process shall be directed to Amanda Beilfuss at abeilfuss@fayetteville-ar.gov or (479)575-8220. All interested parties shall be qualified to do business and licensed in accordance with all applicable laws of the state and local governments where the project is located. Interested parties shall be registered with the Arkansas Secretary of State. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. The City of Fayetteville reserves the right to reject any or all Proposals and to waive irregularities therein, and all parties agree that such rejection shall be without liability on the part of the City of Fayetteville for any damage or claim brought by any interested party because of such rejections, nor shall any interested party seek any recourse of any kind against the City of Fayetteville because of such rejections. The filing of any Statement in response to this invitation shall constitute an agreement of the interested party to these conditions. City of Fayetteville By: Amanda Beilfuss, Sr. Purchasing Agent P: 479.575.8220 abeilfuss@fayetteville-ar.gov TDD (Telecommunications Device for the Deaf): (479) 521-1316 Date of advertisement: 01/08/2023 This publication was paid for by the Purchasing Division of the City of Fayetteville, Arkansas. Amount paid: $XXX.XX. Ap p e n d i x B RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s Cit y Iss u e d RF Q City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services Page 3 of 14 City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services Appendix SECTION: PAGE NUMBER Cover Page 01 Advertisement 02 SECTION A: General Terms & Conditions 04 SECTION B: Vendor References 11 SECTION C: Summary Form 12 SECTION D: Signature Submittal 14 Appendix A: City Standard Federal Contract Provisions 15 Ap p e n d i x B RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s Cit y Iss u e d RF Q City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services Page 4 of 14 City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services SECTION A: General Terms & Conditions 1. SUBMISSION OF A STATEMENT OF QUALIFICATION SHALL INCLUDE: a. A written narrative describing the method or manner in which the Proposer proposes to satisfy requirements of this RFQ in the most cost-effective manner. The term Proposer shall be in reference to a firm or individual responding to this solicitation. The term proposal is used in this document as equal to statement of qualification. b. A description of the Proposer’s experience in providing the same or similar services as outlined in the RFQ. This description should include the names of the person(s) who will provide the services, their qualifications, and the years of experience in performing this type of work. Also, include the reference information requested in this RFQ. c. Electronic Submittal: Proposers are required to go to http://fayetteville-ar.gov/bids and follow the prompts to submit a statement of qualification within the electronic platform. Physical submittals are not allowed for this RFQ. i. SOQ’s shall be prepared simply and economically, providing a straightforward, concise description of its ability to meet the requirements for the project. Fancy bindings, colored displays, and promotional material are not required. Emphasis should be on completeness and clarity of content. All documents submitted through the electronic portal shall be standard page size of 8 ½” x 11”. Exceptions would be schematics, exhibits, one-page resumes, and City required forms. Limit proposal to twenty- five (25) pages or less, excluding one-page team resumes, references, and forms required by the City for completion. All proposals shall be uploaded in a PDF format to the City’s electronic platform prior to the stated deadline. d. Proposals will be reviewed following the stated deadline, as shown on the cover sheet of this document. Only the names of responders will be available as selections will be made all year for various projects. e. Proposers shall submit a statement of qualification based on documentation published by the Fayetteville Purchasing Division. f. Proposals must follow the format of the RFQ. Proposers should structure their responses to follow the sequence of the RFQ, if provided. g. Proposers shall have experience in work of the same or similar nature and must provide references that will satisfy the City of Fayetteville. Proposer may furnish a reference list of clients for whom they have performed similar services and must provide information as requested in this document. h. Proposer is advised that exceptions to any of the terms contained in this RFQ or the attached service agreement must be identified in its response to the RFQ. Failure to do so may lead the City to declare any such term non- negotiable. Proposer’s desire to take exception to a non-negotiable term will not disqualify it from consideration for award. i. Local time shall be defined as the time in Fayetteville, Arkansas on the due date of the deadline. Documents shall be received before the deadline time as shown by the atomic clock located in the Purchasing Division Office. 2. WRITTEN REQUESTS FOR INTERPRETATIONS OR CLARIFICATION: No oral interpretations will be made to any firms as to the meaning of specifications or any other contract documents. All questions pertaining to the terms and conditions or scope of work of this proposal must be sent in writing via e-mail to the Purchasing Department. Responses to questions may be handled as an addendum if the response would provide clarification to the requirements of the proposal. All such addenda shall become part of the contract documents. The City will not be responsible for any other explanation or interpretation of the proposed RFQ made or given prior to the award of the contract. Ap p e n d i x B RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s Cit y Iss u e d RF Q City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services Page 5 of 14 3. RIGHTS OF CITY OF FAYETTEVILLE IN THIS PROCESS: In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the following: d. The City of Fayetteville reserves the right to rank firms and negotiate with the highest-ranking firm. Negotiation with an individual Proposer does not require negotiation with others. e. The City of Fayetteville reserves the right to select the proposal that it believes will serve the best interest of the City. f. The City of Fayetteville reserves the right to accept or reject any or all proposals. g. The City of Fayetteville reserves the right to cancel the entire request. h. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in the request for statements of qualification or resulting submittal. i. The City of Fayetteville reserves the right to request any necessary clarifications, additional information, or proposal data without changing the terms of the proposal. j. The City of Fayetteville reserves the right to make selection of the Proposer to perform the services required on the basis of the original proposals without negotiation. k. The City of Fayetteville intends on utilizing the received proposals for applicable 2023 engineering, architectural, and land surveying projects. Projects believed to be under $35,000 by the City will be selected by the Department/Division head in accordance with the presented selection criteria in this RFQ. Projects expected to exceed $35,000 shall be voted on by the selection committee and any related contract exceeding $35,000 shall require formal authorization by the Fayetteville City Council. 4. EVALUATION CRITERIA: The evaluation criterion defines the factors that will be used by the selection committee to evaluate and score responsive, responsible and qualified proposals. Proposers shall include sufficient information to allow the selection committee to thoroughly evaluate and score proposals. Each proposal submitted shall be evaluated and ranked by a selection committee. The contract will be awarded to the most qualified Proposer, per the evaluation criteria listed in this RFQ. Proposers are not guaranteed to be ranked. 5. COSTS INCURRED BY PROPOSERS: All expenses involved with the preparation and submission of proposals to the City, or any work performed in connection therewith, shall be borne solely by the Proposer(s). No payment will be made for any responses received, or for any other effort required of, or made by, the Proposer(s) prior to contract commencement. 6. ORAL PRESENTATION: An oral presentation and/or interview may be requested of any firm, at the selection committee’s discretion. 7. CONFLICT OF INTEREST: d. The Proposer represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance or services required hereunder, as provided in City of Fayetteville Code Section 34.26 titled “Limited Authority of City Employee to Provide Services to the City”. e. The Proposer shall promptly notify Amanda Beilfuss, City Sr. Purchasing Agent, in writing, of all potential conflicts of interest for any prospective business association, interest, or other circumstance which may influence or appear to influence the Proposer’s judgment or quality of services being provided. Such written notification shall identify the prospective business association, interest or circumstance, the nature of which the Proposer may undertake and request an opinion to the City as to whether the association, interest or circumstance would, in the opinion of the City, constitute a conflict of interest if entered into by the Proposer. The City agrees to communicate with the Proposer its opinion via e-mail or first-class mail within thirty days of receipt of notification. Ap p e n d i x B RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s Cit y Iss u e d RF Q City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services Page 6 of 14 8. WITHDRAWAL OF PROPOSAL: A proposal may be withdrawn at any time. 9. LATE PROPOSAL OR MODIFICATIONS: d. Proposal and modifications received after the time set for the proposal submittal shall not be considered. Modifications in writing received prior to the deadline will be accepted. The City will not be responsible for misdirected responses. Proposers will receive an email confirmation after successful submission in the electronic submission platform. e. The time set for the deadline shall be local time for Fayetteville, AR. All proposals shall be received in the Purchasing Division BEFORE the deadline stated. The official clock to determine local time shall be the clock located in the electronic platform. 10. LOCAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS: d. The laws of the State of Arkansas apply to any purchase made under this request for statements of qualification. Proposers shall comply with all local, state, and federal directives, orders and laws as applicable to this proposal and subsequent contract(s) including but not limited to Equal Employment Opportunity (EEO), Disadvantaged Business Enterprises (DBE), & OSHA as applicable to this contract. e. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. 11. COLLUSION: The Proposer, by affixing his or her signature to this proposal, agrees to the following: “Proposer certifies that his proposal is made without previous understanding, agreement, or connection with any person, firm or corporation making a proposal for the same item(s) and/or services and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action.” 12. RIGHT TO AUDIT, FOIA, AND JURISDICITON: d. The City of Fayetteville reserves the privilege of auditing a vendor’s records as such records relate to purchases between the City and said vendor. e. Freedom of Information Act: City contracts and documents prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the (Contractor) will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. f. Legal jurisdiction to resolve any disputes shall be Arkansas with Arkansas law applying to the case. 13. CITY INDEMNIFICATION: The successful Proposer(s) agrees to indemnify the City and hold it harmless from and against all claims, liability, loss, damage or expense, including but not limited to counsel fees, arising from or by reason of any actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to the services or any part thereof covered by this order, and such obligation shall survive acceptance of the services and payment thereof by the City. 14. VARIANCE FROM STANDARD TERMS & CONDITIONS: All standard terms and conditions stated in this request for statements of qualification apply to this contract except as specifically stated in the subsequent sections of this document, which take precedence, and should be fully understood by Proposers prior to submitting a proposal on this requirement. Ap p e n d i x B RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s Cit y Iss u e d RF Q City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services Page 7 of 14 15. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION: Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call 479.521.1316 (telecommunications device for the deaf), not later than seven days prior to the deadline. Persons needing translation of this document shall contact the City of Fayetteville, Purchasing Division, immediately. 16. PAYMENTS AND INVOICING: The Proposer must specify in their proposal the exact company name and address which must be the same as invoices submitted for payment as a result of award of this RFQ. Further, the successful Proposer is responsible for immediately notifying the Purchasing Division of any company name change, which would cause invoicing to change from the name used at the time of the original RFQ. Payment will be made within thirty days of invoice received. The City of Fayetteville is very credit worthy and will not pay any interest or penalty for untimely payments. Payments can be processed through Proposer’s acceptance of Visa at no additional costs to the City for expedited payment processing. The City will not agree to allow any increase in hourly rates by the contract without PRIOR Fayetteville City Council approval. 17. CANCELLATION: d. The City reserves the right to cancel this contract without cause by giving thirty (30) days prior notice to the Contractor in writing of the intention to cancel or with cause if at any time the Contractor fails to fulfill or abide by any of the terms or conditions specified. e. Failure of the contractor to comply with any of the provisions of the contract shall be considered a material breach of contract and shall be cause for immediate termination of the contract at the discretion of the City of Fayetteville. f. In addition to all other legal remedies available to the City of Fayetteville, the City reserves the right to cancel and obtain from another source, any items and/or services which have not been delivered within the period of time from the date of order as determined by the City of Fayetteville. g. In the event sufficient budgeted funds are not available for a new fiscal period, the City shall notify the vendor of such occurrence and contract shall terminate of the last day of the current fiscal period without penalty or expense to the City. 18. ASSIGNMENT, SUBCONTRACTING, CORPORATE ACQUISITIONS AND/OR MERGERS: d. The Contractor shall perform this contract. No assignment of subcontracting shall be allowed without prior written consent of the City. If a Proposer intends to subcontract a portion of this work, the Proposer shall disclose such intent in the proposal submitted as a result of this RFQ. e. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the City within thirty (30) calendar days of Contractor’s notice of such action or upon the occurrence of said action, whichever occurs first. The right to terminate this contract, which shall not be unreasonably exercised by the City, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of interest or are contrary to any local, state, or federal laws. Action by the City awarding a proposal to a firm that has disclosed its intent to assign or subcontract in its response to the RFQ, without exception shall constitute approval for purpose of this Agreement. 19. NON-EXCLUSIVE CONTRACT: Award of this RFQ shall impose no obligation on the City to utilize the vendor for all work of this type, which may develop during the contract period. This is not an exclusive contract. The City specifically reserves the right to concurrently contract with other companies for similar work if it deems such an action to be in the City’s best interest. In the case of multiple-phase contracts, this provision shall apply separately to each item. 20. ADDITIONAL REQUIREMENTS: The City reserves the right to request additional services relating to this RFQ from the Proposer. When approved by the City as an amendment to the contract and authorized in writing prior to work, the Contractor shall provide such additional requirements as may become necessary. Ap p e n d i x B RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s Cit y Iss u e d RF Q City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services Page 8 of 14 21. SERVICES AGREEMENT: A written agreement, in substantially the form attached, incorporating the RFQ and the successful proposal will be prepared by the City, signed by the successful Proposer and presented to the City of Fayetteville for approval and signature of the Mayor. 22. INTEGRITY OF STATEMENT OF QUALIFICATION (RFQ) DOCUMENTS: Proposers shall use the original RFQ form(s) provided by the Purchasing Division and enter information only in the spaces where a response is requested. Proposers may use an attachment as an addendum to the RFQ form(s) if sufficient space is not available on the original form for the Proposer to enter a complete response. Any modifications or alterations to the original RFQ documents by the Proposer, whether intentional or otherwise, will constitute grounds for rejection of such RFQ response. Any such modifications or alterations a Proposer wishes to propose shall be clearly stated in the Proposer’s RFQ response and presented in the form of an addendum to the original RFQ documents. 23. LOBBYING: Lobbying or communicating with selection committee members, City of Fayetteville employees, or elected officials regarding request for proposals, request for qualifications, bids or contracts, during the pendency of bid protest, by the bidder/proposer/protestor or any member of the bidder’s/proposer’s/protestor’s staff, and agent of the bidder/proposer/protestor, or any person employed by any legal entity affiliated with or representing an organization that is responding to the request for proposal, request for qualification, bid or contract, or has a pending bid protest is strictly prohibited either upon advertisement or on a date established by the City of Fayetteville and shall be prohibited until either an award is final or the protest is finally resolved by the City of Fayetteville; provided, however, nothing herein shall prohibit a prospective/bidder/proposer from contacting the Purchasing Division to address situations such as clarification and/or questions related to the procurement process. For purposes of this provision lobbying activities or communication shall include but not be limited to, influencing or attempting to influence action or non-action in connection with any request for proposal, request for qualification, bid or contract through direct or indirect oral or written communication or an attempt to obtain goodwill of persons and/or entities specified in this provision. Such actions may cause any request for proposal, request for qualification, bid or contract to be rejected. 24. DEBARRED ENTITIES: By submitting a statement of qualification, vendor states submitting entity is not a debarred contractor with the federal, any state, or local government. 25. OTHER GENERAL CONDITIONS: d. Proposers shall provide the City with proposals signed by an employee having legal authority to submit proposals on behalf of the Proposer. The entire cost of preparing and providing responses shall be borne by the Proposer. e. The City reserves the right to request any additional information it deems necessary from any or all Proposers after the submission deadline. f. The request for statement of qualification is not to be construed as an offer, a contract, or a commitment of any kind; nor does it commit the city to pay for any costs incurred by Proposer in preparation. It shall be clearly understood that any costs incurred by the Proposer in responding to this request for statements of qualification is at the Proposer's own risk and expense as a cost of doing business. The City of Fayetteville shall not be liable for reimbursement to the Proposer for any expense so incurred, regardless of whether or not the proposal is accepted. g. If products, components, or services other than those described in this bid document are proposed, the Proposer must include complete descriptive literature for each. All requests for additional information must be received within five working days following the request. h. Any uncertainties shall be brought to the attention to Amanda Beilfuss immediately via telephone (479.575.8220) or e-mail (abeilfuss@fayetteville-ar.gov). It is the intent and goal of the City of Fayetteville Purchasing Division to Ap p e n d i x B RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s Cit y Iss u e d RF Q City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services Page 9 of 14 provide documents providing a clear and accurate understanding of the scope of work to be completed and/or goods to be provided. We encourage all interested parties to ask questions to enable all Proposers to be on equal terms. i. Any inquiries or requests for explanation in regard to the City's requirements should be made promptly to Amanda Beilfuss, City of Fayetteville, Sr. Purchasing Agent via e-mail (abeilfuss@fayetteville-ar.gov) or telephone (479.575.8220). No oral interpretation or clarifications will be given as to the meaning of any part of this request for statements of qualification. All questions, clarifications, and requests, together with answers, if any, will be provided to all firms via written addendum. Names of firms submitting any questions, clarifications, or requests will not be disclosed until after a contract is in place. j. At the discretion of the City, one or more firms may be asked for more detailed information before final ranking of the firms, which may also include oral interviews. k. Any information provided herein is intended to assist the Proposer in the preparation of proposals necessary to properly respond to this RFQ. The RFQ is designed to provide qualified Proposers with sufficient basic information to submit proposals meeting minimum specifications and/or test requirements but is not intended to limit a RFQ’s content or to exclude any relevant or essential data. l. Proposers irrevocably consent that any legal action or proceeding against it under, arising out of or in any manner relating to this Contract shall be controlled by Arkansas law. Proposer hereby expressly and irrevocably waives any claim or defense in any said action or proceeding based on any alleged lack of jurisdiction or improper venue or any similar basis. m. The successful Proposer shall not assign the whole or any part of this Contract or any monies due or to become due hereunder without written consent of City of Fayetteville. In case the successful Proposer assigns all or any part of any monies due or to become due under this Contract, the Instrument of assignment shall contain a clause substan- tially to the effect that is agreed that the right of the assignee in and to any monies due or to become due to the successful Proposer shall be subject to prior liens of all persons, firms, and corporations for services rendered or materials supplied for the performance of the services called for in this contract. n. The successful Proposer's attention is directed to the fact that all applicable Federal and State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the services shall apply to the contract throughout, and they will be deemed to be included in the contract as though written out in full herein. The successful Proposer shall keep himself/herself fully informed of all laws, ordinances and regulations of the Federal, State, and municipal governments or authorities in any manner affecting those engaged or employed in providing these services or in any way affecting the conduct of the services and of all orders and decrees of bodies or tribunals having any jurisdiction or authority over same. If any discrepancy or inconsistency should be discovered in these Contract Documents or in the specifications herein referred to, in relation to any such law, ordinance, regulation, order or decree, s/he shall herewith report the same in writing to City of Fayetteville. o. All interested parties shall understand the City is not utilizing AIA contracts for projects. Standard City contracts will be used for all projects. 26. INSURANCE: d. Any project selected under this RFQ shall require professional liability insurance in the amount of $1 million US dollars, at minimum. Such Certificate of Insurance shall list the City as an additional insured and not be required unless firm is selected. 27. ATTACHMENTS: a. Appendix A: City Standard Federal Contract Provisions Ap p e n d i x B RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s Cit y Iss u e d RF Q City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services Page 10 of 14 28. SELECTION CRITERIA: The evaluation criterion below defines the factors which will be used by the selection committee to evaluate and score responsive, responsible and qualified proposals. The evaluation factors are as follows: 1. 30 Points – Specialized experience and technical competence of the firm with respect to the type of professional services required 2. 25 Points – Capacity and capability of the firm the perform the work in question including specialized services, within the time limitations fixed for the completion of the project 3. 25 Points – Past record of performance of the firm with respect to such factors as control of costs, quality of work, and ability to meet schedules and deadlines 4. 20 Points – Firm’s proximity to and familiarity with the area in which the project is located **Note: Price shall not be a considered factor used to select a vendor. In the event the City is not able to negotiate a successful contract with the selected vendor, the City reserves the right to cease negotiations with such selected vendor and proceed on to the next selected vendor. Statements of Qualification/Proposals shall NOT include prices, hourly fees, consulting rates, etc. of any kind. Ap p e n d i x B RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s Cit y Iss u e d RF Q City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services Page 11 of 14 City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services SECTION B: Vendor References The following information is required from all firms so all statements of qualification may be reviewed and properly evaluated: COMPANY NAME: ________________________________________________________________________________ NUMBER OF YEARS IN BUSINESS: ___________________HOW LONG IN PRESENT LOCATION: _______________ TOTAL NUMBER OF CURRENT EMPLOYEES: _________________ FULL TIME _______________ PART TIME NUMBER OF EMPLOYEES PLANNED FOR THIS CONTRACT: _______ FULL TIME _______ PART TIME PLEASE LIST FOUR (4) REFERENCES THAT YOU HAVE PREVIOUSLY PERFORMED CONTRACT SERVICES FOR WITHIN THE PAST FIVE (5) YEARS (All fields must be completed): 1. ___________________________________________ 2. __________________________________________ COMPANY NAME COMPANY NAME _____________________________________________ __________________________________________ CITY, STATE, ZIP CITY, STATE, ZIP _____________________________________________ _____________________________________________ CONTACT PERSON CONTACT PERSON _____________________________________________ _____________________________________________ TELEPHONE TELEPHONE _____________________________________________ _____________________________________________ FAX NUMBER FAX NUMBER _____________________________________________ _____________________________________________ E-MAIL ADDRESS E-MAIL ADDRESS 3. ___________________________________________ 4. __________________________________________ COMPANY NAME COMPANY NAME _____________________________________________ __________________________________________ CITY, STATE, ZIP CITY, STATE, ZIP _____________________________________________ _____________________________________________ CONTACT PERSON CONTACT PERSON _____________________________________________ _____________________________________________ TELEPHONE TELEPHONE _____________________________________________ _____________________________________________ FAX NUMBER FAX NUMBER _____________________________________________ _____________________________________________ E-MAIL ADDRESS E-MAIL ADDRESS Ap p e n d i x B RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s Cit y Iss u e d RF Q City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services Page 12 of 14 City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services SECTION C: 2023 Annual Statement of Qualifications Summary Form ATTENTION: This form shall be completed and returned with EACH SUBMITTED Statement of Qualification. The City will utilize the selection marked by each firm to correspond with the scope of work for each project. NAME OF FIRM: ___________________________________________________________________ SUMMARY STATEMENT: Proposer should provide summary information on this form by checking the areas of expertise based on experience and qualifications. This form must be completed and returned in order for your proposal to be eligible for consideration. Airport Mechanical Architecture Natural Resource/Conservation Planning Bridges Parks: Urban Forestry Planning Carbon Sequestration Analysis Parks: Land Dedication Fees Consultant Civil/Structural Design Site Utility Climate Resilience Analysis Studio Design Construction Administration Storm Water Management Drainage Design, Analysis, & Planning Stormwater Modeling Ecosystem Services Analysis Stormwater Design Electrical Structural Design Environmental Analysis, Remediation, & Permitting Surveying Environmental Water Services Sustainability Design Floodplain Services Testing Services: Soil/Materials GIS Mapping Traffic Studies Geotechnical Engineering Utility Asset Inspections Hydrology Value Engineering Independent Fee Estimates Wastewater Design Interior Design Wastewater Management Landscape Architecture Wastewater Modeling LEED/Sites Certification Wastewater Rate Studies Lighting Design Wastewater SSES Master Planning: Arts/Culture Water/ Sewer Rate Studies Master Planning: City/Government Water Audit Services Master Planning: Parks Water Design Master Planning: Streets Water Management Master Planning: Wastewater Water Modeling Master Planning: Water Water Quality Monitoring Wetlands Ap p e n d i x B RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s Cit y Iss u e d RF Q City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services Page 13 of 14 City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services SECTION D: Signature Submittal 1. DISCLOSURE INFORMATION Proposer must disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Proposer response must disclose if a known relationship exists between any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official. If, to your knowledge, no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract as a result of your response. This form must be completed and returned in order for your bid/proposal to be eligible for consideration. PLEASE CHECK ONE OF THE FOLLOWING TWO OPTIONS, AS IT APPROPRIATELY APPLIES TO YOUR FIRM: ___________1) NO KNOWN RELATIONSHIP EXISTS ___________2) RELATIONSHIP EXISTS (Please explain): __________________________________ _______________________________________________________________________________ I certify that; as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the information provided herein are accurate and true; and my organization shall comply with all State and Federal Equal Opportunity and Non-Discrimination requirements and conditions of employment. Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. 2. PRIMARY CONTACT INFORMATION At the discretion of the City, one or more firms may be asked for more detailed information before final ranking of the firms, which may also include oral interviews. NOTE: Each Proposer shall submit to the City a primary contact name, e-mail address, and phone number where the City’s Purchasing Division can contact for clarification or interview request. Name of Firm: __________________________________________________________________________ Name of Primary Contact: _________________________________________________________________ Title of Primary Contact: __________________________________________________________________ Phone Number: _________________________________________________________________________ E-Mail Address: __________________________________________________________________________ Ap p e n d i x B RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s Cit y Iss u e d RF Q City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services Page 14 of 14 3. ACKNOWLEDGEMENT OF ADDENDA Acknowledge receipt of addenda for this invitation to bid, request for proposal, or request for qualification by signing and dating below. All addendums are hereby made a part of the bid or RFP documents to the same extent as though it were originally included therein. Proposers/Bidders should indicate their receipt of same in the appropriate blank listed herein. Failure to do so may subject Contractor to disqualification. ADDENDUM NO. SIGNATURE AND PRINTED NAME DATE ACKNOWLEDGED 4. DEBARMENT CERTIFICATION: As an interested party on this project, you are required to provide debarment/suspension certification indicating in compliance with the below Federal Executive Order. Certification can be done by completing and signing this form. Federal Executive Order (E.O.) 12549 “Debarment and Suspension“ requires that all contractors receiving individual awards, using federal funds, and all sub-recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. Signature certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. Questions regarding this form should be directed to the City of Fayetteville Purchasing Division. COMPANY: ________________________________________________________________________________ PHYSICAL ADDRESS: _________________________________________________________________________ MAILING ADDRESS: _________________________________________________________________________ PHONE: __________________________________________ FAX: ____________________________________ E-MAIL: __________________________________________________________________________________ TAX ID #: ____________________________________ UEI #:________________________________________ Signed (By submitting your response, you certify that you are authorized to represent and bind your company): SIGNATURE: _______________________________________________________________________________ PRINTED NAME : ___________________________________________________________________________ TITLE: ________________________________________ DATE: ______________________________________ Ap p e n d i x B RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s Cit y Iss u e d RF Q City of Fayetteville, AR Appendix A - Contract Provisions for Non-Federal Entity Contracts Under Federal Awards, CFR Part 200, Appendix II Last Updated: 12/02/2022 Page 1 of 7 RFQ 23-01, Engineering and Architectural Services Appendix A: Contract Provisions for Non-Federal Entity Contracts Under Federal Awards CODE OF FEDERAL REGULATIONS TITLE 2 – GRANTS AND AGREEMENTS PART 200, APPENDIX II Appendix A: Appendix II to Part 200 – Contract Provisions for Non-Federal Entity Contracts Under Federal Awards Appendix II to Part 200, Title 2 – Contract Provisions for Non-Federal Entity Contracts Under Federal Awards https://www.govinfo.gov/content/pkg/CFR-2021-title2-vol1/pdf/CFR-2021-title2-vol1-part200.pdf Contractors and vendors shall comply with the following federal guidelines, in accordance with the most recent published version of Appendix II to Part 200—Contract Provisions for Non-Federal Entity Contracts Under Federal Awards. The definition of a “non-Federal entity” in this section shall mean the City of Fayetteville, AR. Language in this Appendix shall override and supersede any language contained in the bid documents. All parties shall understand the terms “vendor” and “contractor” may apply to a design firm, construction contractor and/or sub-contractor. Language in this appendix shall apply as it is applicable to federal law. Design firms shall incorporate all applicable federal language into bid specifications, qualification requirements and contract documents prepared for City of Fayetteville projects. 1. Termination for Cause and Convenience a. The City of Fayetteville reserves the right to cancel this Contract, without cause, by giving thirty (30) days’ notice to the vendor of the intent to cancel, or with cause if at any time the vendor fails to fulfill or abide by any of the terms or conditions specified. This Agreement shall be automatically terminated if funds under federal award, number are discontinued by the awarding agency for any reason. Such termination shall take effect upon receipt of written notice. If there is a need to settle on an early termination, partial payment up to the termination date would be determined by incurrence of allowable cost, by completion of task, by percent of time completed up to the settlement, or some other method as defined by the City upon review of the vendor’s records. a. Failure of the vendor to comply with any of the provisions of this contract shall be considered a material breach of contract and shall be cause for immediate termination of the contract at the discretion of the City of Fayetteville. b. In addition to all other legal remedies available to the City of Fayetteville, the City reserves the right to cancel and obtain from another source any services which have not been provided within the period of time stated in the proposal, or if no such time is stated, within a reasonable period of time from the date of order or request, as determined by the City. 2. Equal Employment Opportunity – Vendor shall comply with 41 CFR 60–1.4(b) a. During the performance of this contract, the vendor agrees as follows: (1) The vendor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The vendor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The vendor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. Ap p e n d i x B RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s Cit y Iss u e d RF Q City of Fayetteville, AR Appendix A - Contract Provisions for Non-Federal Entity Contracts Under Federal Awards, CFR Part 200, Appendix II Last Updated: 12/02/2022 Page 2 of 7 (2) The vendor will, in all solicitations or advertisements for employees placed by or on behalf of the vendor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The vendor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee’s essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the vendor’s legal duty to furnish information. (4) The vendor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers’ representatives of the vendor’s commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The vendor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The vendor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the vendor’s noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the vendor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The vendor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each sub-vendor or vendor. The vendor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: a. Provided, however, that in the event a vendor becomes involved in, or is threatened with, litigation with a sub-vendor or vendor as a result of such direction by the administering agency, the vendor may request the United States to enter into such litigation to protect the interests of the United States. b. The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, That if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. c. The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of vendors and sub vendors with Ap p e n d i x B RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s Cit y Iss u e d RF Q City of Fayetteville, AR Appendix A - Contract Provisions for Non-Federal Entity Contracts Under Federal Awards, CFR Part 200, Appendix II Last Updated: 12/02/2022 Page 3 of 7 the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency’s primary responsibility for securing compliance. d. The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a vendor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon vendors and sub-vendors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive Order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings. b. Subcontracts. Each nonexempt prime vendor or sub-vendor shall include the equal opportunity clause in each of its nonexempt subcontracts. c. Inclusion of the equal opportunity clause by reference. The equal opportunity clause may be included by reference in all Government contracts and subcontracts, including Government bills of lading, transportation requests, contracts for deposit of Government funds, and contracts for issuing and paying U.S. savings bonds and notes, and such other contracts and subcontracts as the Director of OFCCP may designate. d. Incorporation by operation of the order. By operation of the order, the equal opportunity clause shall be considered to be a part of every contract and subcontract required by the order and the regulations in this part to include such a clause whether or not it is physically incorporated in such contracts and whether or not the contract between the agency and the vendor is written. e. Adaptation of language. Such necessary changes in language may be made in the equal opportunity clause as shall be appropriate to identify properly the parties and their undertakings. 3. Davis-Bacon Act, (40 U.S.C. 3141–3144, and 3146–3148) as supplemented by Department of Labor regulations (29 CFR Part 5, ‘‘Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction’’) a. See also 2 C.F.R. Part 200, Appendix II, ¶ D. b. In accordance with the statute, vendors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, vendor must be required to pay wages not less than once a week. c. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. i. Contractor’s on projects shall reference the appendices containing Wage Determination Numbers and dates. 4. Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). a. Each contractor or subrecipient shall be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. Ap p e n d i x B RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s Cit y Iss u e d RF Q City of Fayetteville, AR Appendix A - Contract Provisions for Non-Federal Entity Contracts Under Federal Awards, CFR Part 200, Appendix II Last Updated: 12/02/2022 Page 4 of 7 i. The contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. ii. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. iii. Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12. 5. Contract Work Hours and Safety Standards Act a. Where applicable (see 40 U.S.C. § 3701), all contracts awarded by the non-Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations at 29 C.F.R. Part 5. See 2 C.F.R. Part 200, Appendix II, ¶ E. b. Under 40 U.S.C. § 3702, each contractor must be required to compute the wages of every mechanic and laborer based on a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. c. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. d. Compliance with the Contract Work Hours and Safety Standards Act ii. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one- half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. iii. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. iv. Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. v. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section.” 6. Rights to Inventions Made Under a Contract or Agreement: If the Federal award meets the definition of “funding agreement” under 37 CFR § 401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit Ap p e n d i x B RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s Cit y Iss u e d RF Q City of Fayetteville, AR Appendix A - Contract Provisions for Non-Federal Entity Contracts Under Federal Awards, CFR Part 200, Appendix II Last Updated: 12/02/2022 Page 5 of 7 organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency. 7. Clean Air Act: Contracts in excess of $150,000 shall comply with the following related to the Clean Air Act a. The vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C.§ 7401 et seq. b. The vendor agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to the (name of recipient), Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. c. The vendor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance funding. 8. Federal Water Pollution Control Act: Contracts in excess of $150,000 shall comply with the following related to the Federal Water Pollution Control Act a. The vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. b. The vendor agrees to report each violation to the (name of the state agency or local or Indian tribal government) and understands and agrees that the (name of the state agency or local or Indian tribal government) will, in turn, report each violation as required to assure notification to the (name of recipient), Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. c. The vendor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance. 9. Debarment and Suspension (Executive Orders 12549 and 12689) a. This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the vendor is required to verify that none of the vendor/contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). b. A contract award (per 2 CFR 180.220) shall not be made to parties listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), “Debarment and Suspension.” SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. c. The vendor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. d. If it is later determined that the vendor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to (name of state agency serving as recipient and name of subrecipient), the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. e. The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 10. Byrd Anti-Lobbying Amendment 31 U.S.C. § 1352 (as amended) a. Vendor’s who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal Ap p e n d i x B RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s Cit y Iss u e d RF Q City of Fayetteville, AR Appendix A - Contract Provisions for Non-Federal Entity Contracts Under Federal Awards, CFR Part 200, Appendix II Last Updated: 12/02/2022 Page 6 of 7 funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. 11. Procurement of recovered materials (§ 200.323) a. A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors and vendors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. 12. Prohibition on certain telecommunications and video surveillance services or equipment (§ 200.216) a. Recipients and subrecipients are prohibited from obligating or expending loan or grant funds to: i. Procure or obtain; ii. Extend or renew a contract to procure or obtain; or iii. Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115-232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). (1) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). (2) Telecommunications or video surveillance services provided by such entities or using such equipment. (3) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. b. In implementing the prohibition under Public Law 115-232, section 889, subsection (f), paragraph (1), heads of executive agencies administering loan, grant, or subsidy programs shall prioritize available funding and technical support to assist affected businesses, institutions and organizations as is reasonably necessary for those affected entities to transition from covered communications equipment and services, to procure replacement equipment and services, and to ensure that communications service to users and customers is sustained. c. See Public Law 115-232, section 889 for additional information. d. See also § 200.471. 13. Domestic preferences for procurements (§ 200.322) a. As appropriate and to the extent consistent with law, the non-Federal entity should, to the greatest extent practicable under a Federal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). The requirements of this section must be included in all subawards including all contracts and purchase orders for work or products under this award. b. For purposes of this section: i. “Produced in the United States” means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. Ap p e n d i x B RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s Cit y Iss u e d RF Q City of Fayetteville, AR Appendix A - Contract Provisions for Non-Federal Entity Contracts Under Federal Awards, CFR Part 200, Appendix II Last Updated: 12/02/2022 Page 7 of 7 ii. “Manufactured products” means items and construction materials composed in whole or in part of non- ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. Ap p e n d i x B RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s Cit y Iss u e d RF Q City of Faye tteville, AR RFQ 2 3 -01, Addendum 1 Page 1 | 1 RFQ 23-01, Addendum 1 Date: Tuesday, January 24, 2023 To: All Prospective Vendors From: Amanda Beilfuss – 479.575.8220 – abeilfuss@fayetteville-ar.gov RE: RFQ 23-01, Engineering and Architectural Services This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Interested parties should indicate their receipt of same in the appropriate blank of the RFP. PROPOSERS SHOULD ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORM. 1. The following clarifications are being provided to all interested parties: a. PROVISION FOR OTHER AGENCIES: Unless otherwise stipulated by the proposer, the proposer agrees to make available to all Government agencies, departments, municipalities, and counties, the proposal prices submitted in accordance with said proposal terms and conditions therein, should any said governmental entity desire to buy under this proposal. Eligible Users shall mean all state of Arkansas agencies, the legislative and judicial branches, political subdivisions (counties, local district school boards, community colleges, municipalities, counties, or other public agencies or authorities), which may desire to purchase under the terms and conditions of the contract. b. Any subrecipient of American Rescue Plan Act (ARPA) Funds through the City of Fayetteville has the authority to utilize the final list of selected firms. Subrecipients utilizing the list shall follow all applicable state laws and City of Fayetteville Purchasing policies. Ap p e n d i x B RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s Cit y Iss u e d RF Q City of Fayetteville, AR  RFQ 23‐01, Addendum 2   Page 1 | 1    RFQ 23‐01, Addendum 2  Date: Tuesday, January 31, 2023  To: All Prospective Vendors  From: Amanda Beilfuss – 479.575.8220 – abeilfuss@fayetteville‐ar.gov   RE:  RFQ 23‐01, Engineering and Architectural Services  This addendum is hereby made a part of the contract documents to the same extent as though it were  originally included therein. Interested parties should indicate their receipt of same in the appropriate blank of  the RFP. PROPOSERS SHOULD ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID  FORM.        1. The deadline to submit statements of qualification for RFQ 23‐01, Engineering and Architectural Services  is being extended. The new deadline for SOQ’s is Tuesday, February 7, 2023 no later than 2:00 PM, local  time.  Ap p e n d i x B RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s Cit y Iss u e d RF Q RFQ 23-01 Addendum 2 Engineering Elements Supplier Response Event Information Number:RFQ 23-01 Addendum 2 Title:Engineering and Architectural Services Type:Request for Qualifications Issue Date:1/8/2023 Deadline:2/7/2023 02:00 PM (CT) Notes: The City of Fayetteville, Arkansas, is requesting statements of qualifications from firms interested in providing engineering, architectural, & land surveying services for 2023 street, drainage, bridge, water & sewer, trails, parks, and other projects. Any questions regarding the process shall be directed to Amanda Beilfuss at abeilfuss@fayetteville-ar.gov or (479) 575-8220. Contact Information Contact:Amanda Beilfuss Sr. Purchasing Agent Address:Purchasing Room 306 City Hall 113 West Mountain Street - Room 306 Fayetteville, AR 72701 Email:abeilfuss@fayetteville-ar.gov Vendor: Engineering Elements RFQ 23-01 Addendum 2Page 1 of 2 pages Ap p e n d i x C RF Q 2 3 - 0 1 , S e l e c t i o n 1 1 Ci t y H a l l H V A C U p g r a d e s En g i n e e r i n g E l e m e n t s ' S u b m i t t a l Engineering Elements Information Contact:Shane Lanning Address:2458 EAST JOYCE BLVD Suite 1 Fayetteville, AR 72703 Phone:(479) 695-1333 Email:slanning@eemep.com Web Address:www.eemep.com By submitting your response, you certify that you are authorized to represent and bind your company. Shane Russell Lanning slanning@eemep.com Signature Email Submitted at 1/20/2023 09:57:58 AM (CT) Requested Attachments RFQ 23-01, Response Submittal Qual-Statement-Fayetteville-2023.pdf Please upload your completed response, including all required forms. Response Attachments RFQ 23-01, Engineering and Architectural Services.pdf Completed Sections B, C and D of RFQ 23-01. Bid Attributes 1 Arkansas Secretary of State Filing Number: 800057866 Vendor: Engineering Elements RFQ 23-01 Addendum 2Page 2 of 2 pages Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services Page 1 of 14 City of Fayetteville, Arkansas Purchasing Division – Room 306 113 W. Mountain Fayetteville, AR 72701 Phone: 479.575.8256 TDD (Telecommunication Device for the Deaf): 479.521.1316 REQUEST FOR QUALIFICATION: RFQ 23-01, Engineering & Architectural Services DEADLINE: Tuesday, January 31, 2023 before 2:00 PM, local time SR. PURCHASING AGENT: Amanda Beilfuss, abeilfuss@fayetteville-ar.gov DATE OF ISSUE AND ADVERTISEMENT: 01/08/2023 REQUEST FOR STATEMENTS OF QUALIFICATION RFQ 23-01, Engineering & Architectural Services It is the intent for the accepted responses of this solicitation to be considered for all engineering and architectural selections for 2023. The City may select engineers and architects for bond projects from this RFQ as well as projects related to funding from the American Rescue Plan. The City reserves the right to issue a separate RFQ at any time for any job specific engineering and/or architectural selection. Submittals shall be submitted via upload and complete submission on the City’s electronic platform at http://fayetteville-ar.gov/bids. No physical copies shall be submitted. The City will not accept late or misdirected responses. All statements of qualification shall be submitted in accordance with the attached City of Fayetteville specifications and documents attached hereto. Each Proposer is required to fill in every blank and shall supply all information requested; failure to do so may be used as basis of rejection. Any bid, proposal, or statements of qualification will be rejected that violates or conflicts with state, local, or federal laws, ordinances, or policies. The Proposer hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated herein, and in strict accordance with the specifications and general conditions of bidding, all of which are made a part of this offer. This offer is not subject to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City Purchasing Director. RFQ (REQUEST FOR QUALIFICATION) Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services Page 2 of 14 City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services Advertisement City of Fayetteville, AR Request for Statements of Qualification RFQ 23-01, Engineering & Architectural Services The City of Fayetteville, Arkansas, is requesting statements of qualifications from firms interested in providing engineering, architectural, & land surveying services for 2023 street, drainage, bridge, water & sewer, trails, parks, and other projects. All statements shall be received by Tuesday, January 31, 2023 before 2:00 PM, local time utilizing the City’s electronic portal located at http://fayetteville-ar.gov/bids. Late or misdirected proposals will not be accepted. Proposals will not be accepted after the deadline. The City of Fayetteville will not be responsible for lost or misdirected RFQ’s, or failure of bidder’s technical equipment. Forms & addendums can be downloaded from the City’s electronic portal at http://fayetteville-ar.gov/bids. All questions regarding the process shall be directed to Amanda Beilfuss at abeilfuss@fayetteville-ar.gov or (479)575-8220. All interested parties shall be qualified to do business and licensed in accordance with all applicable laws of the state and local governments where the project is located. Interested parties shall be registered with the Arkansas Secretary of State. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. The City of Fayetteville reserves the right to reject any or all Proposals and to waive irregularities therein, and all parties agree that such rejection shall be without liability on the part of the City of Fayetteville for any damage or claim brought by any interested party because of such rejections, nor shall any interested party seek any recourse of any kind against the City of Fayetteville because of such rejections. The filing of any Statement in response to this invitation shall constitute an agreement of the interested party to these conditions. City of Fayetteville By: Amanda Beilfuss, Sr. Purchasing Agent P: 479.575.8220 abeilfuss@fayetteville-ar.gov TDD (Telecommunications Device for the Deaf): (479) 521-1316 Date of advertisement: 01/08/2023 This publication was paid for by the Purchasing Division of the City of Fayetteville, Arkansas. Amount paid: $XXX.XX. Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services Page 3 of 14 City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services Appendix SECTION: PAGE NUMBER Cover Page 01 Advertisement 02 SECTION A: General Terms & Conditions 04 SECTION B: Vendor References 11 SECTION C: Summary Form 12 SECTION D: Signature Submittal 14 Appendix A: City Standard Federal Contract Provisions 15 Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services Page 4 of 14 City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services SECTION A: General Terms & Conditions 1. SUBMISSION OF A STATEMENT OF QUALIFICATION SHALL INCLUDE: a. A written narrative describing the method or manner in which the Proposer proposes to satisfy requirements of this RFQ in the most cost-effective manner. The term Proposer shall be in reference to a firm or individual responding to this solicitation. The term proposal is used in this document as equal to statement of qualification. b. A description of the Proposer’s experience in providing the same or similar services as outlined in the RFQ. This description should include the names of the person(s) who will provide the services, their qualifications, and the years of experience in performing this type of work. Also, include the reference information requested in this RFQ. c. Electronic Submittal: Proposers are required to go to http://fayetteville-ar.gov/bids and follow the prompts to submit a statement of qualification within the electronic platform. Physical submittals are not allowed for this RFQ. i. SOQ’s shall be prepared simply and economically, providing a straightforward, concise description of its ability to meet the requirements for the project. Fancy bindings, colored displays, and promotional material are not required. Emphasis should be on completeness and clarity of content. All documents submitted through the electronic portal shall be standard page size of 8 ½” x 11”. Exceptions would be schematics, exhibits, one-page resumes, and City required forms. Limit proposal to twenty- five (25) pages or less, excluding one-page team resumes, references, and forms required by the City for completion. All proposals shall be uploaded in a PDF format to the City’s electronic platform prior to the stated deadline. d. Proposals will be reviewed following the stated deadline, as shown on the cover sheet of this document. Only the names of responders will be available as selections will be made all year for various projects. e. Proposers shall submit a statement of qualification based on documentation published by the Fayetteville Purchasing Division. f. Proposals must follow the format of the RFQ. Proposers should structure their responses to follow the sequence of the RFQ, if provided. g. Proposers shall have experience in work of the same or similar nature and must provide references that will satisfy the City of Fayetteville. Proposer may furnish a reference list of clients for whom they have performed similar services and must provide information as requested in this document. h. Proposer is advised that exceptions to any of the terms contained in this RFQ or the attached service agreement must be identified in its response to the RFQ. Failure to do so may lead the City to declare any such term non- negotiable. Proposer’s desire to take exception to a non-negotiable term will not disqualify it from consideration for award. i. Local time shall be defined as the time in Fayetteville, Arkansas on the due date of the deadline. Documents shall be received before the deadline time as shown by the atomic clock located in the Purchasing Division Office. 2. WRITTEN REQUESTS FOR INTERPRETATIONS OR CLARIFICATION: No oral interpretations will be made to any firms as to the meaning of specifications or any other contract documents. All questions pertaining to the terms and conditions or scope of work of this proposal must be sent in writing via e-mail to the Purchasing Department. Responses to questions may be handled as an addendum if the response would provide clarification to the requirements of the proposal. All such addenda shall become part of the contract documents. The City will not be responsible for any other explanation or interpretation of the proposed RFQ made or given prior to the award of the contract. Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services Page 5 of 14 3. RIGHTS OF CITY OF FAYETTEVILLE IN THIS PROCESS: In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the following: d. The City of Fayetteville reserves the right to rank firms and negotiate with the highest-ranking firm. Negotiation with an individual Proposer does not require negotiation with others. e. The City of Fayetteville reserves the right to select the proposal that it believes will serve the best interest of the City. f. The City of Fayetteville reserves the right to accept or reject any or all proposals. g. The City of Fayetteville reserves the right to cancel the entire request. h. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in the request for statements of qualification or resulting submittal. i. The City of Fayetteville reserves the right to request any necessary clarifications, additional information, or proposal data without changing the terms of the proposal. j. The City of Fayetteville reserves the right to make selection of the Proposer to perform the services required on the basis of the original proposals without negotiation. k. The City of Fayetteville intends on utilizing the received proposals for applicable 2023 engineering, architectural, and land surveying projects. Projects believed to be under $35,000 by the City will be selected by the Department/Division head in accordance with the presented selection criteria in this RFQ. Projects expected to exceed $35,000 shall be voted on by the selection committee and any related contract exceeding $35,000 shall require formal authorization by the Fayetteville City Council. 4. EVALUATION CRITERIA: The evaluation criterion defines the factors that will be used by the selection committee to evaluate and score responsive, responsible and qualified proposals. Proposers shall include sufficient information to allow the selection committee to thoroughly evaluate and score proposals. Each proposal submitted shall be evaluated and ranked by a selection committee. The contract will be awarded to the most qualified Proposer, per the evaluation criteria listed in this RFQ. Proposers are not guaranteed to be ranked. 5. COSTS INCURRED BY PROPOSERS: All expenses involved with the preparation and submission of proposals to the City, or any work performed in connection therewith, shall be borne solely by the Proposer(s). No payment will be made for any responses received, or for any other effort required of, or made by, the Proposer(s) prior to contract commencement. 6. ORAL PRESENTATION: An oral presentation and/or interview may be requested of any firm, at the selection committee’s discretion. 7. CONFLICT OF INTEREST: d. The Proposer represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance or services required hereunder, as provided in City of Fayetteville Code Section 34.26 titled “Limited Authority of City Employee to Provide Services to the City”. e. The Proposer shall promptly notify Amanda Beilfuss, City Sr. Purchasing Agent, in writing, of all potential conflicts of interest for any prospective business association, interest, or other circumstance which may influence or appear to influence the Proposer’s judgment or quality of services being provided. Such written notification shall identify the prospective business association, interest or circumstance, the nature of which the Proposer may undertake and request an opinion to the City as to whether the association, interest or circumstance would, in the opinion of the City, constitute a conflict of interest if entered into by the Proposer. The City agrees to communicate with the Proposer its opinion via e-mail or first-class mail within thirty days of receipt of notification. Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services Page 6 of 14 8. WITHDRAWAL OF PROPOSAL: A proposal may be withdrawn at any time. 9. LATE PROPOSAL OR MODIFICATIONS: d. Proposal and modifications received after the time set for the proposal submittal shall not be considered. Modifications in writing received prior to the deadline will be accepted. The City will not be responsible for misdirected responses. Proposers will receive an email confirmation after successful submission in the electronic submission platform. e. The time set for the deadline shall be local time for Fayetteville, AR. All proposals shall be received in the Purchasing Division BEFORE the deadline stated. The official clock to determine local time shall be the clock located in the electronic platform. 10. LOCAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS: d. The laws of the State of Arkansas apply to any purchase made under this request for statements of qualification. Proposers shall comply with all local, state, and federal directives, orders and laws as applicable to this proposal and subsequent contract(s) including but not limited to Equal Employment Opportunity (EEO), Disadvantaged Business Enterprises (DBE), & OSHA as applicable to this contract. e. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. 11. COLLUSION: The Proposer, by affixing his or her signature to this proposal, agrees to the following: “Proposer certifies that his proposal is made without previous understanding, agreement, or connection with any person, firm or corporation making a proposal for the same item(s) and/or services and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action.” 12. RIGHT TO AUDIT, FOIA, AND JURISDICITON: d. The City of Fayetteville reserves the privilege of auditing a vendor’s records as such records relate to purchases between the City and said vendor. e. Freedom of Information Act: City contracts and documents prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the (Contractor) will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. f. Legal jurisdiction to resolve any disputes shall be Arkansas with Arkansas law applying to the case. 13. CITY INDEMNIFICATION: The successful Proposer(s) agrees to indemnify the City and hold it harmless from and against all claims, liability, loss, damage or expense, including but not limited to counsel fees, arising from or by reason of any actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to the services or any part thereof covered by this order, and such obligation shall survive acceptance of the services and payment thereof by the City. 14. VARIANCE FROM STANDARD TERMS & CONDITIONS: All standard terms and conditions stated in this request for statements of qualification apply to this contract except as specifically stated in the subsequent sections of this document, which take precedence, and should be fully understood by Proposers prior to submitting a proposal on this requirement. Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services Page 7 of 14 15. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION: Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call 479.521.1316 (telecommunications device for the deaf), not later than seven days prior to the deadline. Persons needing translation of this document shall contact the City of Fayetteville, Purchasing Division, immediately. 16. PAYMENTS AND INVOICING: The Proposer must specify in their proposal the exact company name and address which must be the same as invoices submitted for payment as a result of award of this RFQ. Further, the successful Proposer is responsible for immediately notifying the Purchasing Division of any company name change, which would cause invoicing to change from the name used at the time of the original RFQ. Payment will be made within thirty days of invoice received. The City of Fayetteville is very credit worthy and will not pay any interest or penalty for untimely payments. Payments can be processed through Proposer’s acceptance of Visa at no additional costs to the City for expedited payment processing. The City will not agree to allow any increase in hourly rates by the contract without PRIOR Fayetteville City Council approval. 17. CANCELLATION: d. The City reserves the right to cancel this contract without cause by giving thirty (30) days prior notice to the Contractor in writing of the intention to cancel or with cause if at any time the Contractor fails to fulfill or abide by any of the terms or conditions specified. e. Failure of the contractor to comply with any of the provisions of the contract shall be considered a material breach of contract and shall be cause for immediate termination of the contract at the discretion of the City of Fayetteville. f. In addition to all other legal remedies available to the City of Fayetteville, the City reserves the right to cancel and obtain from another source, any items and/or services which have not been delivered within the period of time from the date of order as determined by the City of Fayetteville. g. In the event sufficient budgeted funds are not available for a new fiscal period, the City shall notify the vendor of such occurrence and contract shall terminate of the last day of the current fiscal period without penalty or expense to the City. 18. ASSIGNMENT, SUBCONTRACTING, CORPORATE ACQUISITIONS AND/OR MERGERS: d. The Contractor shall perform this contract. No assignment of subcontracting shall be allowed without prior written consent of the City. If a Proposer intends to subcontract a portion of this work, the Proposer shall disclose such intent in the proposal submitted as a result of this RFQ. e. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the City within thirty (30) calendar days of Contractor’s notice of such action or upon the occurrence of said action, whichever occurs first. The right to terminate this contract, which shall not be unreasonably exercised by the City, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of interest or are contrary to any local, state, or federal laws. Action by the City awarding a proposal to a firm that has disclosed its intent to assign or subcontract in its response to the RFQ, without exception shall constitute approval for purpose of this Agreement. 19. NON-EXCLUSIVE CONTRACT: Award of this RFQ shall impose no obligation on the City to utilize the vendor for all work of this type, which may develop during the contract period. This is not an exclusive contract. The City specifically reserves the right to concurrently contract with other companies for similar work if it deems such an action to be in the City’s best interest. In the case of multiple-phase contracts, this provision shall apply separately to each item. 20. ADDITIONAL REQUIREMENTS: The City reserves the right to request additional services relating to this RFQ from the Proposer. When approved by the City as an amendment to the contract and authorized in writing prior to work, the Contractor shall provide such additional requirements as may become necessary. Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services Page 8 of 14 21. SERVICES AGREEMENT: A written agreement, in substantially the form attached, incorporating the RFQ and the successful proposal will be prepared by the City, signed by the successful Proposer and presented to the City of Fayetteville for approval and signature of the Mayor. 22. INTEGRITY OF STATEMENT OF QUALIFICATION (RFQ) DOCUMENTS: Proposers shall use the original RFQ form(s) provided by the Purchasing Division and enter information only in the spaces where a response is requested. Proposers may use an attachment as an addendum to the RFQ form(s) if sufficient space is not available on the original form for the Proposer to enter a complete response. Any modifications or alterations to the original RFQ documents by the Proposer, whether intentional or otherwise, will constitute grounds for rejection of such RFQ response. Any such modifications or alterations a Proposer wishes to propose shall be clearly stated in the Proposer’s RFQ response and presented in the form of an addendum to the original RFQ documents. 23. LOBBYING: Lobbying or communicating with selection committee members, City of Fayetteville employees, or elected officials regarding request for proposals, request for qualifications, bids or contracts, during the pendency of bid protest, by the bidder/proposer/protestor or any member of the bidder’s/proposer’s/protestor’s staff, and agent of the bidder/proposer/protestor, or any person employed by any legal entity affiliated with or representing an organization that is responding to the request for proposal, request for qualification, bid or contract, or has a pending bid protest is strictly prohibited either upon advertisement or on a date established by the City of Fayetteville and shall be prohibited until either an award is final or the protest is finally resolved by the City of Fayetteville; provided, however, nothing herein shall prohibit a prospective/bidder/proposer from contacting the Purchasing Division to address situations such as clarification and/or questions related to the procurement process. For purposes of this provision lobbying activities or communication shall include but not be limited to, influencing or attempting to influence action or non-action in connection with any request for proposal, request for qualification, bid or contract through direct or indirect oral or written communication or an attempt to obtain goodwill of persons and/or entities specified in this provision. Such actions may cause any request for proposal, request for qualification, bid or contract to be rejected. 24. DEBARRED ENTITIES: By submitting a statement of qualification, vendor states submitting entity is not a debarred contractor with the federal, any state, or local government. 25. OTHER GENERAL CONDITIONS: d. Proposers shall provide the City with proposals signed by an employee having legal authority to submit proposals on behalf of the Proposer. The entire cost of preparing and providing responses shall be borne by the Proposer. e. The City reserves the right to request any additional information it deems necessary from any or all Proposers after the submission deadline. f. The request for statement of qualification is not to be construed as an offer, a contract, or a commitment of any kind; nor does it commit the city to pay for any costs incurred by Proposer in preparation. It shall be clearly understood that any costs incurred by the Proposer in responding to this request for statements of qualification is at the Proposer's own risk and expense as a cost of doing business. The City of Fayetteville shall not be liable for reimbursement to the Proposer for any expense so incurred, regardless of whether or not the proposal is accepted. g. If products, components, or services other than those described in this bid document are proposed, the Proposer must include complete descriptive literature for each. All requests for additional information must be received within five working days following the request. h. Any uncertainties shall be brought to the attention to Amanda Beilfuss immediately via telephone (479.575.8220) or e-mail (abeilfuss@fayetteville-ar.gov). It is the intent and goal of the City of Fayetteville Purchasing Division to Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services Page 9 of 14 provide documents providing a clear and accurate understanding of the scope of work to be completed and/or goods to be provided. We encourage all interested parties to ask questions to enable all Proposers to be on equal terms. i. Any inquiries or requests for explanation in regard to the City's requirements should be made promptly to Amanda Beilfuss, City of Fayetteville, Sr. Purchasing Agent via e-mail (abeilfuss@fayetteville-ar.gov) or telephone (479.575.8220). No oral interpretation or clarifications will be given as to the meaning of any part of this request for statements of qualification. All questions, clarifications, and requests, together with answers, if any, will be provided to all firms via written addendum. Names of firms submitting any questions, clarifications, or requests will not be disclosed until after a contract is in place. j. At the discretion of the City, one or more firms may be asked for more detailed information before final ranking of the firms, which may also include oral interviews. k. Any information provided herein is intended to assist the Proposer in the preparation of proposals necessary to properly respond to this RFQ. The RFQ is designed to provide qualified Proposers with sufficient basic information to submit proposals meeting minimum specifications and/or test requirements but is not intended to limit a RFQ’s content or to exclude any relevant or essential data. l. Proposers irrevocably consent that any legal action or proceeding against it under, arising out of or in any manner relating to this Contract shall be controlled by Arkansas law. Proposer hereby expressly and irrevocably waives any claim or defense in any said action or proceeding based on any alleged lack of jurisdiction or improper venue or any similar basis. m. The successful Proposer shall not assign the whole or any part of this Contract or any monies due or to become due hereunder without written consent of City of Fayetteville. In case the successful Proposer assigns all or any part of any monies due or to become due under this Contract, the Instrument of assignment shall contain a clause substan- tially to the effect that is agreed that the right of the assignee in and to any monies due or to become due to the successful Proposer shall be subject to prior liens of all persons, firms, and corporations for services rendered or materials supplied for the performance of the services called for in this contract. n. The successful Proposer's attention is directed to the fact that all applicable Federal and State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the services shall apply to the contract throughout, and they will be deemed to be included in the contract as though written out in full herein. The successful Proposer shall keep himself/herself fully informed of all laws, ordinances and regulations of the Federal, State, and municipal governments or authorities in any manner affecting those engaged or employed in providing these services or in any way affecting the conduct of the services and of all orders and decrees of bodies or tribunals having any jurisdiction or authority over same. If any discrepancy or inconsistency should be discovered in these Contract Documents or in the specifications herein referred to, in relation to any such law, ordinance, regulation, order or decree, s/he shall herewith report the same in writing to City of Fayetteville. o. All interested parties shall understand the City is not utilizing AIA contracts for projects. Standard City contracts will be used for all projects. 26. INSURANCE: d. Any project selected under this RFQ shall require professional liability insurance in the amount of $1 million US dollars, at minimum. Such Certificate of Insurance shall list the City as an additional insured and not be required unless firm is selected. 27. ATTACHMENTS: a. Appendix A: City Standard Federal Contract Provisions Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services Page 10 of 14 28. SELECTION CRITERIA: The evaluation criterion below defines the factors which will be used by the selection committee to evaluate and score responsive, responsible and qualified proposals. The evaluation factors are as follows: 1. 30 Points – Specialized experience and technical competence of the firm with respect to the type of professional services required 2. 25 Points – Capacity and capability of the firm the perform the work in question including specialized services, within the time limitations fixed for the completion of the project 3. 25 Points – Past record of performance of the firm with respect to such factors as control of costs, quality of work, and ability to meet schedules and deadlines 4. 20 Points – Firm’s proximity to and familiarity with the area in which the project is located **Note: Price shall not be a considered factor used to select a vendor. In the event the City is not able to negotiate a successful contract with the selected vendor, the City reserves the right to cease negotiations with such selected vendor and proceed on to the next selected vendor. Statements of Qualification/Proposals shall NOT include prices, hourly fees, consulting rates, etc. of any kind. Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services Page 11 of 14 City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services SECTION B: Vendor References The following information is required from all firms so all statements of qualification may be reviewed and properly evaluated: COMPANY NAME: ________________________________________________________________________________ NUMBER OF YEARS IN BUSINESS: ___________________HOW LONG IN PRESENT LOCATION: _______________ TOTAL NUMBER OF CURRENT EMPLOYEES: _________________ FULL TIME _______________ PART TIME NUMBER OF EMPLOYEES PLANNED FOR THIS CONTRACT: _______ FULL TIME _______ PART TIME PLEASE LIST FOUR (4) REFERENCES THAT YOU HAVE PREVIOUSLY PERFORMED CONTRACT SERVICES FOR WITHIN THE PAST FIVE (5) YEARS (All fields must be completed): 1. ___________________________________________ 2. __________________________________________ COMPANY NAME COMPANY NAME _____________________________________________ __________________________________________ CITY, STATE, ZIP CITY, STATE, ZIP _____________________________________________ _____________________________________________ CONTACT PERSON CONTACT PERSON _____________________________________________ _____________________________________________ TELEPHONE TELEPHONE _____________________________________________ _____________________________________________ FAX NUMBER FAX NUMBER _____________________________________________ _____________________________________________ E-MAIL ADDRESS E-MAIL ADDRESS 3. ___________________________________________ 4. __________________________________________ COMPANY NAME COMPANY NAME _____________________________________________ __________________________________________ CITY, STATE, ZIP CITY, STATE, ZIP _____________________________________________ _____________________________________________ CONTACT PERSON CONTACT PERSON _____________________________________________ _____________________________________________ TELEPHONE TELEPHONE _____________________________________________ _____________________________________________ FAX NUMBER FAX NUMBER _____________________________________________ _____________________________________________ E-MAIL ADDRESS E-MAIL ADDRESS Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services Page 12 of 14 City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services SECTION C: 2023 Annual Statement of Qualifications Summary Form ATTENTION: This form shall be completed and returned with EACH SUBMITTED Statement of Qualification. The City will utilize the selection marked by each firm to correspond with the scope of work for each project. NAME OF FIRM: ___________________________________________________________________ SUMMARY STATEMENT: Proposer should provide summary information on this form by checking the areas of expertise based on experience and qualifications. This form must be completed and returned in order for your proposal to be eligible for consideration. Airport Mechanical Architecture Natural Resource/Conservation Planning Bridges Parks: Urban Forestry Planning Carbon Sequestration Analysis Parks: Land Dedication Fees Consultant Civil/Structural Design Site Utility Climate Resilience Analysis Studio Design Construction Administration Storm Water Management Drainage Design, Analysis, & Planning Stormwater Modeling Ecosystem Services Analysis Stormwater Design Electrical Structural Design Environmental Analysis, Remediation, & Permitting Surveying Environmental Water Services Sustainability Design Floodplain Services Testing Services: Soil/Materials GIS Mapping Traffic Studies Geotechnical Engineering Utility Asset Inspections Hydrology Value Engineering Independent Fee Estimates Wastewater Design Interior Design Wastewater Management Landscape Architecture Wastewater Modeling LEED/Sites Certification Wastewater Rate Studies Lighting Design Wastewater SSES Master Planning: Arts/Culture Water/ Sewer Rate Studies Master Planning: City/Government Water Audit Services Master Planning: Parks Water Design Master Planning: Streets Water Management Master Planning: Wastewater Water Modeling Master Planning: Water Water Quality Monitoring Wetlands Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services Page 13 of 14 City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services SECTION D: Signature Submittal 1. DISCLOSURE INFORMATION Proposer must disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Proposer response must disclose if a known relationship exists between any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official. If, to your knowledge, no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract as a result of your response. This form must be completed and returned in order for your bid/proposal to be eligible for consideration. PLEASE CHECK ONE OF THE FOLLOWING TWO OPTIONS, AS IT APPROPRIATELY APPLIES TO YOUR FIRM: ___________1) NO KNOWN RELATIONSHIP EXISTS ___________2) RELATIONSHIP EXISTS (Please explain): __________________________________ _______________________________________________________________________________ I certify that; as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the information provided herein are accurate and true; and my organization shall comply with all State and Federal Equal Opportunity and Non-Discrimination requirements and conditions of employment. Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. 2. PRIMARY CONTACT INFORMATION At the discretion of the City, one or more firms may be asked for more detailed information before final ranking of the firms, which may also include oral interviews. NOTE: Each Proposer shall submit to the City a primary contact name, e-mail address, and phone number where the City’s Purchasing Division can contact for clarification or interview request. Name of Firm: __________________________________________________________________________ Name of Primary Contact: _________________________________________________________________ Title of Primary Contact: __________________________________________________________________ Phone Number: _________________________________________________________________________ E-Mail Address: __________________________________________________________________________ Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l City of Fayetteville, AR RFQ 23-01, Engineering & Architectural Services Page 14 of 14 3. ACKNOWLEDGEMENT OF ADDENDA Acknowledge receipt of addenda for this invitation to bid, request for proposal, or request for qualification by signing and dating below. All addendums are hereby made a part of the bid or RFP documents to the same extent as though it were originally included therein. Proposers/Bidders should indicate their receipt of same in the appropriate blank listed herein. Failure to do so may subject Contractor to disqualification. ADDENDUM NO. SIGNATURE AND PRINTED NAME DATE ACKNOWLEDGED 4. DEBARMENT CERTIFICATION: As an interested party on this project, you are required to provide debarment/suspension certification indicating in compliance with the below Federal Executive Order. Certification can be done by completing and signing this form. Federal Executive Order (E.O.) 12549 “Debarment and Suspension“ requires that all contractors receiving individual awards, using federal funds, and all sub-recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. Signature certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. Questions regarding this form should be directed to the City of Fayetteville Purchasing Division. COMPANY: ________________________________________________________________________________ PHYSICAL ADDRESS: _________________________________________________________________________ MAILING ADDRESS: _________________________________________________________________________ PHONE: __________________________________________ FAX: ____________________________________ E-MAIL: __________________________________________________________________________________ TAX ID #: ____________________________________ UEI #:________________________________________ Signed (By submitting your response, you certify that you are authorized to represent and bind your company): SIGNATURE: _______________________________________________________________________________ PRINTED NAME : ___________________________________________________________________________ TITLE: ________________________________________ DATE: ______________________________________ Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l City of Fayetteville, AR Appendix A - Contract Provisions for Non-Federal Entity Contracts Under Federal Awards, CFR Part 200, Appendix II Last Updated: 12/02/2022 Page 1 of 7 RFQ 23-01, Engineering and Architectural Services Appendix A: Contract Provisions for Non-Federal Entity Contracts Under Federal Awards CODE OF FEDERAL REGULATIONS TITLE 2 – GRANTS AND AGREEMENTS PART 200, APPENDIX II Appendix A: Appendix II to Part 200 – Contract Provisions for Non-Federal Entity Contracts Under Federal Awards Appendix II to Part 200, Title 2 – Contract Provisions for Non-Federal Entity Contracts Under Federal Awards https://www.govinfo.gov/content/pkg/CFR-2021-title2-vol1/pdf/CFR-2021-title2-vol1-part200.pdf Contractors and vendors shall comply with the following federal guidelines, in accordance with the most recent published version of Appendix II to Part 200—Contract Provisions for Non-Federal Entity Contracts Under Federal Awards. The definition of a “non-Federal entity” in this section shall mean the City of Fayetteville, AR. Language in this Appendix shall override and supersede any language contained in the bid documents. All parties shall understand the terms “vendor” and “contractor” may apply to a design firm, construction contractor and/or sub-contractor. Language in this appendix shall apply as it is applicable to federal law. Design firms shall incorporate all applicable federal language into bid specifications, qualification requirements and contract documents prepared for City of Fayetteville projects. 1. Termination for Cause and Convenience a. The City of Fayetteville reserves the right to cancel this Contract, without cause, by giving thirty (30) days’ notice to the vendor of the intent to cancel, or with cause if at any time the vendor fails to fulfill or abide by any of the terms or conditions specified. This Agreement shall be automatically terminated if funds under federal award, number are discontinued by the awarding agency for any reason. Such termination shall take effect upon receipt of written notice. If there is a need to settle on an early termination, partial payment up to the termination date would be determined by incurrence of allowable cost, by completion of task, by percent of time completed up to the settlement, or some other method as defined by the City upon review of the vendor’s records. a. Failure of the vendor to comply with any of the provisions of this contract shall be considered a material breach of contract and shall be cause for immediate termination of the contract at the discretion of the City of Fayetteville. b. In addition to all other legal remedies available to the City of Fayetteville, the City reserves the right to cancel and obtain from another source any services which have not been provided within the period of time stated in the proposal, or if no such time is stated, within a reasonable period of time from the date of order or request, as determined by the City. 2. Equal Employment Opportunity – Vendor shall comply with 41 CFR 60–1.4(b) a. During the performance of this contract, the vendor agrees as follows: (1) The vendor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The vendor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The vendor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l City of Fayetteville, AR Appendix A - Contract Provisions for Non-Federal Entity Contracts Under Federal Awards, CFR Part 200, Appendix II Last Updated: 12/02/2022 Page 2 of 7 (2) The vendor will, in all solicitations or advertisements for employees placed by or on behalf of the vendor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The vendor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee’s essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the vendor’s legal duty to furnish information. (4) The vendor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers’ representatives of the vendor’s commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The vendor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The vendor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the vendor’s noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the vendor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The vendor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each sub-vendor or vendor. The vendor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: a. Provided, however, that in the event a vendor becomes involved in, or is threatened with, litigation with a sub-vendor or vendor as a result of such direction by the administering agency, the vendor may request the United States to enter into such litigation to protect the interests of the United States. b. The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, That if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. c. The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of vendors and sub vendors with Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l City of Fayetteville, AR Appendix A - Contract Provisions for Non-Federal Entity Contracts Under Federal Awards, CFR Part 200, Appendix II Last Updated: 12/02/2022 Page 3 of 7 the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency’s primary responsibility for securing compliance. d. The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a vendor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon vendors and sub-vendors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive Order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings. b. Subcontracts. Each nonexempt prime vendor or sub-vendor shall include the equal opportunity clause in each of its nonexempt subcontracts. c. Inclusion of the equal opportunity clause by reference. The equal opportunity clause may be included by reference in all Government contracts and subcontracts, including Government bills of lading, transportation requests, contracts for deposit of Government funds, and contracts for issuing and paying U.S. savings bonds and notes, and such other contracts and subcontracts as the Director of OFCCP may designate. d. Incorporation by operation of the order. By operation of the order, the equal opportunity clause shall be considered to be a part of every contract and subcontract required by the order and the regulations in this part to include such a clause whether or not it is physically incorporated in such contracts and whether or not the contract between the agency and the vendor is written. e. Adaptation of language. Such necessary changes in language may be made in the equal opportunity clause as shall be appropriate to identify properly the parties and their undertakings. 3. Davis-Bacon Act, (40 U.S.C. 3141–3144, and 3146–3148) as supplemented by Department of Labor regulations (29 CFR Part 5, ‘‘Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction’’) a. See also 2 C.F.R. Part 200, Appendix II, ¶ D. b. In accordance with the statute, vendors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, vendor must be required to pay wages not less than once a week. c. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. i. Contractor’s on projects shall reference the appendices containing Wage Determination Numbers and dates. 4. Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). a. Each contractor or subrecipient shall be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l City of Fayetteville, AR Appendix A - Contract Provisions for Non-Federal Entity Contracts Under Federal Awards, CFR Part 200, Appendix II Last Updated: 12/02/2022 Page 4 of 7 i. The contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. ii. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. iii. Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12. 5. Contract Work Hours and Safety Standards Act a. Where applicable (see 40 U.S.C. § 3701), all contracts awarded by the non-Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations at 29 C.F.R. Part 5. See 2 C.F.R. Part 200, Appendix II, ¶ E. b. Under 40 U.S.C. § 3702, each contractor must be required to compute the wages of every mechanic and laborer based on a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. c. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. d. Compliance with the Contract Work Hours and Safety Standards Act ii. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one- half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. iii. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. iv. Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. v. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section.” 6. Rights to Inventions Made Under a Contract or Agreement: If the Federal award meets the definition of “funding agreement” under 37 CFR § 401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l City of Fayetteville, AR Appendix A - Contract Provisions for Non-Federal Entity Contracts Under Federal Awards, CFR Part 200, Appendix II Last Updated: 12/02/2022 Page 5 of 7 organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency. 7. Clean Air Act: Contracts in excess of $150,000 shall comply with the following related to the Clean Air Act a. The vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C.§ 7401 et seq. b. The vendor agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to the (name of recipient), Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. c. The vendor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance funding. 8. Federal Water Pollution Control Act: Contracts in excess of $150,000 shall comply with the following related to the Federal Water Pollution Control Act a. The vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. b. The vendor agrees to report each violation to the (name of the state agency or local or Indian tribal government) and understands and agrees that the (name of the state agency or local or Indian tribal government) will, in turn, report each violation as required to assure notification to the (name of recipient), Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. c. The vendor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance. 9. Debarment and Suspension (Executive Orders 12549 and 12689) a. This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the vendor is required to verify that none of the vendor/contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). b. A contract award (per 2 CFR 180.220) shall not be made to parties listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), “Debarment and Suspension.” SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. c. The vendor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. d. If it is later determined that the vendor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to (name of state agency serving as recipient and name of subrecipient), the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. e. The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 10. Byrd Anti-Lobbying Amendment 31 U.S.C. § 1352 (as amended) a. Vendor’s who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l City of Fayetteville, AR Appendix A - Contract Provisions for Non-Federal Entity Contracts Under Federal Awards, CFR Part 200, Appendix II Last Updated: 12/02/2022 Page 6 of 7 funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. 11. Procurement of recovered materials (§ 200.323) a. A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors and vendors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. 12. Prohibition on certain telecommunications and video surveillance services or equipment (§ 200.216) a. Recipients and subrecipients are prohibited from obligating or expending loan or grant funds to: i. Procure or obtain; ii. Extend or renew a contract to procure or obtain; or iii. Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115-232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). (1) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). (2) Telecommunications or video surveillance services provided by such entities or using such equipment. (3) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. b. In implementing the prohibition under Public Law 115-232, section 889, subsection (f), paragraph (1), heads of executive agencies administering loan, grant, or subsidy programs shall prioritize available funding and technical support to assist affected businesses, institutions and organizations as is reasonably necessary for those affected entities to transition from covered communications equipment and services, to procure replacement equipment and services, and to ensure that communications service to users and customers is sustained. c. See Public Law 115-232, section 889 for additional information. d. See also § 200.471. 13. Domestic preferences for procurements (§ 200.322) a. As appropriate and to the extent consistent with law, the non-Federal entity should, to the greatest extent practicable under a Federal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). The requirements of this section must be included in all subawards including all contracts and purchase orders for work or products under this award. b. For purposes of this section: i. “Produced in the United States” means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l City of Fayetteville, AR Appendix A - Contract Provisions for Non-Federal Entity Contracts Under Federal Awards, CFR Part 200, Appendix II Last Updated: 12/02/2022 Page 7 of 7 ii. “Manufactured products” means items and construction materials composed in whole or in part of non- ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l RFQ# 23-01, Engineering and Architectural Services MECHANICAL ELECTRICAL FIRE PROTECTION SUSTAINABILITY DESIGN CONSULTANTS Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l 2 RFQ 23-01 Statement of Qualifications and Performance Data for Year 2023 The City of Fayetteville, Arkansas Prepared for: Amanda Beilfuss City of Fayetteville Purchasing Division – Room 306 113 West Mountain Street Fayetteville, AR 72701 Prepared By: Shane R. Lanning, PE, CxA, LEED-AP BD+C President Engineering Elements, PLLC 2458 E. Joyce Blvd., Suite 1 Fayetteville, AR 72703 Phone (479) 695-1333 January 19, 2023 Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l 3 RFQ 23-01 EXECUTIVE SUMMARY January 19, 2023 Ms. Amanda Beilfuss City of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 Re: RFQ #23-01 Engineering and Architectural Services Ms. Beilfuss: Engineering Elements is pleased to respond to the 2023 RFQ for Engineering Services for the City of Fayetteville. We appreciate the opportunity to submit and are prepared to demonstrate our commitment toward the successful completion of any proposed City project. We consider ourselves fortunate for the opportunities we’ve had to work with the City on projects spanning the past several years. We hope, through our prior work, we have proven ourselves as a valuable and trustworthy partner to Fayetteville. Inside you’ll find summary information on our recent projects. Additionally, you’ll find our experience continues to cross a wide array of commercial construction projects including office and retail buildings, healthcare facilities, public schools, churches, restaurants, federal buildings and projects for the University of Arkansas. It is through these past and current projects that we continually sharpen our expertise and improve our offering to the City of Fayetteville. We truly thank you for our past roles and experience in your projects and want to thank you in advance for considering us for your future engineering design needs. Please don’t hesitate to contact us for any questions you might have. Sincerely, Shane R. Lanning, P.E., CxA, LEED-AP Engineering Elements, PLLC Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l 4 RFQ 23-01 TABLE OF CONTENTS Section/Description ................................................................................ Page Cover ............................................................................................................2 Executive Summary ......................................................................................3 Table of Contents .........................................................................................4 1. Firm Profile ...............................................................................................5 2. Personnel .................................................................................................5 3. Active Professional Engineering Licenses ................................................5 4. Professional Affiliations ............................................................................5 5. Individual Resumes ..................................................................................6 6. Specific Project Experience ......................................................................8 7. Additional Project Experience ...................................................................15 8. Capabilities ...............................................................................................16 9. Description of Services .............................................................................17 10. References .............................................................................................19 Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l 5 RFQ 23-01 1. FIRM PROFILE Engineering Elements is a full service consulting engineering firm founded in 2005 and located in Fayetteville. Our firm offers mechanical, electrical, plumbing, fire protection and sustainable design services for many different project types. Our goal is to provide high quality engineering services in a timely manner for our clients. Close personal attention to our projects is a hallmark for our firm and is accomplished through an organizational structure that empowers each employee. Our clients appreciate the quality benefits realized in working with our firm; where they’re not handed from department to department to get their questions answered. Instead each employee is familiar with our organizational systems and protocols, enabling quick and accurate responses to issues. Additionally, this “continuity of service” naturally drives a high level of quality and commitment for our client’s interests – one we intend to carry throughout the life of the project and beyond. Finally, we understand communication and coordination to be the cornerstones of successful projects. Our daily work involves close coordination with numerous and simultaneous project partners where we rely on the best industry practices to ensure good project management. Whether for your small or large projects, Engineering Elements is equipped and ready to deliver quality engineering services. 2. PERSONNEL (Years of Experience) Shane R. Lanning, P.E., CxA, LEED-AP BD+C (Mechanical/Electrical Engineer, 28 years) Ryan D. McClain, P.E., CxA, LEED-AP O+M, CEM (Mechanical Engineer, 25 years) Jacob D. Cersovsky (Electrical Engineer, 20 years) Jeremy Hooe (Electrical Engineer, 10 years) Nathan Blevins (Mechanical Engineer, 10 years) Elizabeth Boone (Mechanical Engineer, 6 years) Alissa Crossland (Mechanical Engineer, 22 years) Josh Wright (Plumbing Designer, 8 years) Ronald G. McClane (Mechanical Designer, 29 years) Paul Priestner (Energy Audits, Commissioning, Construction Inspection, 30 years) Collin Schoolcraft (Mechanical Engineer, 6 years) Sam Ward (Construction Inspection, HERS Rating, 3. ACTIVE PROFESSIONAL ENGINEERING LICENSES Arkansas, Missouri, Louisiana, Oklahoma, New Mexico, Texas, Nebraska, Kentucky, Kansas, Colorado, Tennessee, Mississippi, Pennsylvania 4. PROFESSIONAL AFFILIATIONS American Society of Heating, Refrigeration and Air Conditioning Engineers (ASHRAE) American Society of Plumbing Engineers (ASPE) National Fire Protection Association (NFPA) Illuminating Engineering Society of North America (IESNA) National Council of Examiners for Engineers and Surveying (NCEES) Association of Energy Engineers (AEE) AABC Commissioning Group (ACG) Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l 6 RFQ 23-01 5. INDIVIDUAL RESUMES 5.1. Shane R. Lanning, P.E., CxA, LEED-AP BD+C, President PROFESSIONAL EXPERIENCE 2005 - Present President Engineering Elements, PLLC 2009 - Present Partner Pinnacle Energy Services, Inc. 1999 - 2005 Project Manager Green Anderson Engineers, Inc. 1995 - 1999 Design Engineer Geary Engineering, Inc. PROFESSIONAL REGISTRATION Registered Professional Electrical and Mechanical Engineer: Arkansas, Oklahoma, Nebraska, New Mexico, Missouri, Pennsylvania, Texas, Louisiana, Kentucky, Kansas, Colorado, Tennessee, Mississippi Certified Commissioning Authority – AABC Commissioning Group LEED-AP, Building Design & Construction PROFESSIONAL AFFILIATIONS American Society of Heating, Refrigeration and Air Conditioning Engineers (ASHRAE) National Fire Protection Association (NFPA) Illuminating Engineering Society of North America (IESNA) The United States Green Building Council (USGBC) AABC Commissioning Group (ACG) National Council of Examiners for Engineering and Surveying (NCEES) EDUCATION Kansas State University Bachelor of Science, Architectural Engineering PROJECT EXPERIENCE Fayetteville Public Library – Fayetteville, AR: First LEED registered project in Arkansas. Facility was designed with 15,000 gallon cistern for reduced lawn irrigation, dual fan, dual duct HVAC system, lighting controls featuring occupancy sensor and security system interlock, daylight harvesting, and green roof. Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l 7 RFQ 23-01 5.2. Ryan D. McClain, P.E., CxA, CEM, LEED-AP O+M, Vice President PROFESSIONAL EXPERIENCE 2007 - Present Partner Engineering Elements, PLLC 2009 - Present President Pinnacle Energy Services, Inc. 2004 – 2007 Design Engineer, Project Manager Green Anderson Engineers, Inc. 2001 - 2004 Quality Manager Danaher Corporation PROFESSIONAL REGISTRATION Registered Professional Mechanical Engineer: Arkansas LEED-AP, Existing Building Operation & Maintenance Certified Energy Manager Certified Commissioning Authority – AABC Commissioning Group (ACG) PROFESSIONAL AFFILIATIONS Building Commissioning Association (BCA) American Society of Heating, Refrigeration and Air Conditioning Engineers (ASHRAE) Association of Energy Engineers (AEE) United States Green Building Council (USGBC) Associated Air Balance Council Commissioning Group (ACG) EDUCATION University of Arkansas Bachelor of Science, Mechanical Engineering EXPERIENCE University of Arkansas, Campus Wide Energy Savings Program: In a good example of his large-scale PM capability, Ryan delivered Cx services for over 1.5 million square feet of existing building space spread over 18 buildings on a major (Division 1) university campus served by a district steam and chilled water system. Mr. McClain spearheaded a multi- party effort that successfully met a very aggressive deadline for this project. The team was comprised of a six-man Cx team aided by an estimated 30 to 40 other individuals that included members from the university’s facilities group, members from the ESCO whose work was being commissioned (including their engineers, managers and technicians), the university’s on- call controls contractor, and the project TAB firm. Additionally, while most Cx work occurred during the summer months which benefited from light campus activity, several of the buildings were designated by the owner as either highly sensitive occupancy types or otherwise critical to the university’s daily operations including a chemical and biological engineering building, and the campus’ central administration and commercial food service building. Mr. McClain coordinated closely with the Cx team as well as individual building managers to carry out a phased commissioning plan that allowed the facilities to maintain their on-going operations. Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l 8 RFQ 23-01 6. SPECIFIC PROJECT EXPERIENCE Square Garden Lighting Project Location: Fayetteville, Arkansas Owner: City of Fayetteville, AR Project Cost: Multiple Completion Dates: 2008, 2009, 2013,2021, Ongoing Project Description: This project consists of new street lighting and electrical system improvements for twelve city blocks around the Square of Fayetteville. New street lighting and power for display, marketing, Christmas decorations, etc. was provided along Block Avenue, East Avenue, Center Street and Mountain Street. Lighting ordinances for the City of Fayetteville were met. In addition to the street lighting upgrades, the electrical systems for the interior of the city square were upgraded. Low profile pathway lighting was added for the walking trail inside of the Square. New electrical panels were placed at the four intersections of the Square for Christmas lighting and also to accommodate vendors during the “Farmer’s Market” events held twice weekly as the seasons allow. New street lighting and accent lighting controls were condensed to one location on the Square. Conduits are roughed-in for future expansion of the new electrical systems and street lighting. Subsequent to this project we worked with the City of Fayetteville on a one mile trail lighting project at Wilson Park and additional street lighting upgrades along College Avenue and Dickson Street. Additional Municipal Experience: Springdale Fire Department Training Facility – Springdale, Arkansas Remodels of Library, Community Building and Police & Courts – West Fork, Arkansas Har-Ber, Butterfield, 48th, Jones’ and George’s Lift Stations – Springdale, Arkansas Alma Police Station Remodel – Alma, Arkansas Fort Smith Transit CNG Station – Fort Smith, Arkansas Mud Creek Trail Lighting – Fayetteville, Arkansas Emma Avenue Street Lighting – Springdale, Arkansas Huntsville Fire Station – Huntsville, Arkansas Elm Springs Road Street Lighting – Springdale, Arkansas Pleasant Grove Road Street Lighting – Rogers, Arkansas Tahlequah Police Station Remodel – Tahlequah, Oklahoma Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l 9 RFQ 23-01 McDonald Eye Associates Location: Fayetteville, Arkansas Project Cost: $4.0 million Total Completion Date: Winter 2018 Size: 18,600 square foot Project Description: This project consists of a new single-story medical office building in Fayetteville. This facility will house medical office, exam, procedure and surgery suites. The building tenants specialize in medical and surgical eye care for a variety of eye conditions and diseases including glaucoma, corneal disease, and macular degeneration. There is also a complete optical retail center located in the facility. The plumbing fixtures throughout the facility are all sensor-activated, including flush valve and faucet controls for restroom and surgery areas. The HVAC system consists of two package rooftop variable air volume (VAV) air handling units. The units operate to maintain positive and negative pressure control throughout the general office and exam areas relative to the surgery center. Medium pressure supply ductwork is routed throughout all areas of the facility with a low pressure ducted return system to each rooftop unit. All individual rooms and areas are served with fan-powered VAV boxes with independent thermostat control. The building HVAC system is monitored by central building automation system for energy and programming control. The lighting system features dual-technology occupancy sensor controls for all rooms. An emergency generator system was provided for the building, allowing the building tenant access to a central emergency power system as well as critical electrical systems for the surgery center. Additional Medical and Health Facilities: McCurtain County Health Department – Idabel, Oklahoma Cath Lab and Pet Scan Suites for Arkansas Heart Center – Conway, Arkansas Mount Comfort Veterinary Clinic – Fayetteville, Arkansas Advanced Dermatology and Skin Cancer Center, Fayetteville, Arkansas Health and Wellness Center – Poteau, Oklahoma Arkansas Hospice – Russellville, Arkansas Mercy Physician’s Office Building – Fayetteville, Arkansas Northwest Arkansas Pathology Lab Addition/Remodel – Fayetteville, Arkansas Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l 10 RFQ 23-01 Commerce Park II Location: Joyce Boulevard Fayetteville, Arkansas Owner: Commerce Park, LLC Project Cost: $12.5 million Total $1.85 million MEP Completion Date: May 2007 Project Description: This project was a 60,000 square foot, four-story office building. It was designed to accommodate high-end professional firms and businesses with intense IT/data requirements. State-of-the-art audio/video systems are installed in the conference rooms on all floors. The facility includes a four-story open atrium designed with fire/smoke control features. A custom water fountain was designed for the entry lobby. The plumbing fixtures throughout the facility are all sensor-activated, including flush valve and faucet controls. The HVAC system consists of central variable air volume (VAV) rooftop units and a medium pressure supply ductwork system. All individual offices are served with fan-powered VAV boxes with independent thermostat control. The building HVAC system is monitored by central building automation system for energy and programming control. Special ventilation systems were included for the second floor tenant’s product review room. A commercial kitchen hood is installed in the fourth floor tenant break room for catering functions. The entire building contains a central lighting control system. The lighting system features dual-technology occupancy sensor controls as well as daylight harvesting features. An emergency generator system was provided for the building, allowing each building tenant access to a central emergency power system. Additional Office and Retail Buildings: Ozarks Electric Cooperative 4-Story Office Building – Fayetteville, Arkansas Arkansas Valley Electric Cooperative 4-Story Office Building – Ozark, Arkansas Moberly Professional Office Building – Bentonville, Arkansas Tyson Foods Manufacturing & Automation Center – Springdale, Arkansas Nelson’s Crossing Buildings 1, 2 and 3 – Fayetteville, Arkansas Schlumberger Corporate Office Buildings – Conway, Arkansas and Cleburne, Texas Honda of Russellville – Russellville, Arkansas Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l 11 RFQ 23-01 Mineral Springs High School Location: Mineral Springs, Arkansas Owner: Mineral Springs Public Schools Project Cost: $18 million $5.1 million MEP Completion Date: Spring 2019 Size: 120,000 square foot total 27,600 square foot – Competition Gymnasium (1,500 person seating capacity) Description of Facility: This new high school includes 92,000 square feet of instructional space for 600 students. The educational space includes 22 classrooms and two science laboratories. The school also includes a library with self-contained computer lab, media production lab, instrumental music room, choir room, parent center, career center, dining area loading dock and full commercial kitchen. HVAC Systems: The building’s HVAC system includes a combination of split systems, ackaged rooftop units and single zone variable air volume (VAV) units. A dedicated outdoor air system delivers outdoor air to individual classrooms separately from the primary air conditioning system for energy efficiency and scale. Carbon dioxide sensors in each classroom are interlocked with dedicated variable air volume (VAV) boxes and a central VAV air handling unit. All exhaust air exits the building through energy recovery ventilators to capture and/or reject energy to reduce the building air conditioning energy consumption. A central building automation system allows for central programming and control of all HVAC systems. Additional Public Schools: Prairie Grove Middle School – Prairie Grove, Arkansas Mena High School – Mena, Arkansas Palestine-Wheatley High School – Palestine, Arkansas Nashville High School HPER Building – Nashville Arkansas Charleston High School – Charleston, Arkansas Cossatot River High School – Vandervoort, Arkansas Lavaca High School – Lavaca, Arkansas Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l 12 RFQ 23-01 First Presbyterian Church Location: Harrison, Arkansas Owner: First Presbyterian Church Project Cost: $7.1 million Total $1.43 million MEP Completion Date: June 2007 Size: 41,000 square foot Description of Services: This project consisted of a new Worship center for the First Presbyterian congregation in Harrison, Arkansas. The facility includes a 9,000 square foot sanctuary, 11,600 square feet of Sunday school classrooms, 10,050 square feet of office and administrative areas, and a 10,200 square foot Family Life Center. The facility includes a full time daycare facility for children ages 0-5, a complete commercial kitchen, a full size basketball gymnasium and a contemporary worship auditorium. Both the sanctuary and contemporary worship auditorium feature state-of-the-art audio/video systems. All rooms in the facility feature audio/video capabilities that can observe or listen to the proceedings in either the sanctuary or worship center. Control rooms were provided in both areas to allow complete control of all audio, video and lighting systems from a central remote location. The HVAC systems are controlled via a central building automation system (BAS). The BAS is also integrated to allow control of various lighting systems in the facility as well as the parking lot lighting. Additional Religious Facilities: Christ of the Hills United Methodist Church – Hot Springs Village, Arkansas Northside Assembly of God Church – McAlester, Oklahoma Discovery Church – Yukon, Oklahoma Butterfield Assembly of God – Van Buren, Arkansas Central Christian Church – Fort Smith, Arkansas First Baptist Church – Farmington, Arkansas First United Methodist Church – Springdale, Arkansas First United Methodist Church – Siloam Springs, Arkansas Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l 13 RFQ 23-01 University of Arkansas, Rice Research Extension Center Location: University of Arkansas Stuttgart, Arkansas Project Cost: $1,800,000 Total Completion Date: Summer 2018 Size: 5,000 square foot Description of Services: The new greenhouse, head house, crossing room, flowering room, and growth chambers were built to expand the nationally recognized rice research program occurring at the University’s Agricultural Experiment Station in Stuttgart. Specifically, these new facilities will provide a research component in heat stress of rice crops associated with rising climate temperatures and increased overnight heat stress on rice plants. The building HVAC system consists of an evaporative cooling system with evaporative pad walls, ventilation fans, chiller and pumps, roof mount shutters, shading curtains and boiler with in-slab heating and unit heaters. All HVAC and lighting systems are controlled with a central building automation system maintaining precise temperature, humidity, and light level control during the duration of all research projects. The lighting systems utilize high pressure sodium and metal halide lamping options for lighting spectrum control. All fixtures are mounted to a motorized rigging system to allow precise aiming and density control of the light output to match real world conditions. Each light fixture is capable of independent operation as well as synchronized operation with neighboring fixtures. Additional University of Arkansas Projects: Cralley-Warren Laboratory Remodel Food Science Laboratory Addition Food Science Sensory Lab and Classrooms Residence Hall Remodels (Gregson, Pomfret and Futrall Halls) Cotton Branch Research Facility – Marianna, Arkansas Animal Diagnostics Laboratory Chi Omega Greek Theater University Gatehouse at Razorback Terrace Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l 14 RFQ 23-01 United States Post Office, Carrier Annex Location: Taos, New Mexico Owner: USPS Project Cost: $2.4 million Total $585,000 MEP Completion Date: November 2006 Size: 20,500 square foot Description of Services: This building houses a new carrier annex for the United States Postal Service. The building is a 24 hour sorting and delivery facility for Taos, New Mexico and surrounding communities. The building features a 6 bay loading dock for tractor trailer traffic and a 12,000 square foot mail sorting facility. The building construction met all aspects of Taos’ environmentally friendly building codes. This included dark sky ordinances for exterior lighting, native landscaping with no domestic irrigation systems, indoor occupancy lighting controls, and HVAC controls with economizer features. Design and construction services were completed ahead of schedule and within budget. The design team was located in the state of Arkansas and the general contractor was located in Oklahoma City, OK. Subsequent to this project we were given an additional project consisting of the main post office remodel also in Taos. Additional USPS Projects: Process and Distribution Center – New Orleans, Louisiana Dickson Street Remodel – Fayetteville, Arkansas Human Resources Facility – Little Rock, Arkansas Process & Distribution Center – North Little Rock, Arkansas District Office – Little Rock, Arkansas Main Post Office – Abita Springs, Louisiana Mail Sorting Facility – Camden, Arkansas Main Post Office and Carrier Annex – Taos, New Mexico Main Post Office Remodel – Vinita, Oklahoma Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l 15 RFQ 23-01 7. ADDITIONAL PROJECT EXPERIENCE Municipal: Fayetteville Public Library, Fayetteville, Arkansas 90,000 square foot 4-story library with 90,000 square foot 3-story parking garage. The library is LEED silver certified. Washington County Service Center – Fayetteville, Arkansas Springdale Water Utilities Offices – Springdale, Arkansas Booneville Public Library – Booneville, Arkansas Wilson Park Trail Lighting – Fayetteville, Arkansas Farmington City Hall and Fire Station – Farmington, Arkansas Street Lighting Improvements – Fort Gibson, Oklahoma Medical Buildings: Mercy Health, Rogers, Arkansas 112,000 square foot, 4-story medical office building with Endoscopy, Neurology, OB/GYN, Cardiovascular, Urology and Internal Medicine suites. Lincoln Medical Education Foundation Child Observation Daycare, Lincoln, Nebraska Dialysis Center of Lincoln, Lincoln, NE, Columbus, NE, and Beatrice, NE Hawthorn Dental Clinic – Fayetteville, Arkansas Pediatric Dental Associates – Fayetteville, Arkansas Bise Plastic Surgery Center – Fort Smith, Arkansas Holt-Krock Dialysis Center – Fort Smith, Arkansas Assisted Living and Skilled Nursing Facilities: River Hills Retirement Community and Alzheimer's Unit, Keokuk, Iowa Assisted Living Community with two assisted living buildings, one Alzheimer’s Unit, and a central community center (280,000 total square feet). HVAC systems consisted of internal ground source heat pump units with an exterior 90 bore hole well field and 30-ton pond loop system. Butterfield Trails Development Phase I and II – Fayetteville, Arkansas Haven Manor Retirement Communities #7 and #8 – Lincoln, Nebraska Illinois Health Care Centers – El Paso, IL, Galesburg, IL, and Toulon, IL Circle of Life Hospice – Springdale, Arkansas Reflections Memory Care – Fort Smith, Arkansas Hazardous/Industrial: Jones Street Lift Station – Springdale, Arkansas FBO Corporate Hangar at Drake Field – Fayetteville, Arkansas University of Arkansas Hangar at Drake Field – Fayetteville, Arkansas Duncan Aviation Hazardous Fuel Storage Building – Lincoln, Nebraska Folsom Children's Zoo Seal Exhibit – Lincoln, Nebraska Applied Technologies Warehouse – Rogers, Arkansas Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l 16 RFQ 23-01 8. CAPABILITIES Hardware: Engineering Elements maintains state-of the-art technical capabilities in terms of computing power. Additionally, we are equipped with laptop computers and tablets fully capable of delivering all our services in a remote platform. Plotting and scanning capabilities include full color, full-scale, Architectural ‘E’ sized drawings on our in house plotters and printers. Software: Software packages we utilize for technical analysis vary by need and include the following: Revit MEP 2023 AutoCAD MEP 2023 Trace 700 V6.1- Whole Building Modeling Software ComCheck Plus – Commercial Energy Software (Test Conformance to ASHRAE 90.1) ResCheck – Residential Energy Software (Test Conformance w/ Intl. Energy Code & Model Energy Code) Field & Testing Equipment: Laser Infrared Thermal Gun for Temperature Measurement Titanium Tetrachloride (TiCl4) Smoke Generator for detecting Air Flows, Air Leaks, etc. Temperature/Humidity Dataloggers High Resolution Digital Cameras Electronic Psychrometer Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l 17 RFQ 23-01 9. DESCRIPTION OF SERVICES The Engineering Elements Project Plan Approach Communications Engineering Elements will maintain regular communication between all parties involved while performing engineering services. Upon delivery of new project requirements and/or scope of work, Engineering Elements will coordinate with the City’s representative to begin the design process. The exact requirements of the project will be reviewed early in the process and decisions will be presented to the City which affects design, aesthetics, and/or cost estimates. Quality Assurance Quality Philosophy: Engineering Elements believes quality to be integral to the ongoing project design/construction process - not relegated to a single quality check at the end of each project as an afterthought. As a daily effort quality manifests through strong communication, organization, and design skills. By the consistent use of these fundamental practices, quality is a natural outcome and the defining feature of the product we ultimately deliver to our clients. One example of our quality philosophy in practice is our “Single Point of Contact” promise. Our clients can rest assured once having communicated a need or issue to our firm that we will internally disseminate the information and likewise consolidate responses back to our client. For The City of Fayetteville, Shane Lanning, PE will serve in this capacity ensuring the consistent administration of engineering services. Ryan McClain, PE will serve as an alternate contact when Shane cannot be available due to extenuating circumstances. Finally, as we understand a very reliable response level will be expected by the City, Engineering Elements will ensure ALL office personnel will be familiarized with the overall project scope and protocols in order to deliver the highest level of service to all parties involved. File Organization: Engineering Elements employs the best industry practices for record keeping and communications. All project files are maintained both digitally and physically with digital files “backed-up” every day to ensure no loss of data. Electronic information for all projects for the City of Fayetteville will be organized and stored using consistent formats to ensure file integrity and enable efficient access of information. Engineering Design Activities Design Philosophy: Effective engineering design involves several phases including Schematic Design, Design Development, Construction Documents, Contract Administration, and Owner Occupation. Engineering Elements proposes to use these phases in organizing each City project and will refer to them by name in reporting, to identify when milestones are achieved and will offer details of activities associated with each of the phases. Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l 18 RFQ 23-01 Schematic Design and Design Development – Prior to beginning any engineering design or going on-site to perform a “Walk-Through” of a facility, Engineering Elements will organize and analyze the following information in order to make the on-site work more productive: Project kickoff and program verification Conceptual design Conceptual design review Determine types of construction Identify major equipment pieces Determine preliminary sizing and load calculations Identify potential energy and cost saving opportunities Define the project (Scope, Features, Purpose, and Functionality) Design alternatives or Scope reduction Construction Documents – After design development is complete, Engineering Elements will complete production drawings and written specifications for the engineering design. Elements in this phase include: Providing shape to the City’s project vision. Defining specific construction materials and methods Specification of mechanical and electrical equipment Clarity and Completeness of construction bid documents Identification of construction schedule impacts Verification that construction budget is maintained Owner review prior to contractor delivery Potential for early demolition Record necessary Performance Measurements (Temperature, Flow, Pressure, etc) Construction Observation – After construction documents have been reviewed and approved by the City, the documents will be assembled into a bid package for distribution to potential contractors for pricing. The objective of this phase is to construct the project to drawings and specifications at the quality level included in those documents, within the construction budget, meeting the construction schedule, and adhering to the Owner’s project scope. The following elements are associated with this phase of work: Clarification of bidding questions Facilitating pre-construction meeting with Owner, contractor and design team Conducting regular construction meetings if appropriate Reviewing and commenting on shop drawings and submittals Site inspections at regular intervals Reviewing project O&M manuals Establishing punch list prior to substantial completion Verification that punch list items are identified and completed Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l 19 RFQ 23-01 10. REFERENCES Architects Architecture Plus, Inc., Michael Johnson, Architect, (479) 783-8395 KSA Architects, Garth Hudgins, Owner & Architect, (479) 521-7794 Key Architects, James Key, Owner & Architect, (479) 444-6066 ParkCo. Architects, Bret & Stacey Park, Owners & Architects (479) 527-6465 Crafton, Tull & Associates, Wes Burgess, Architect, (479) 636-4838 Contractors Johnson Mechanical Inc., Stan Johnson, Owner, (479) 442-5287 Multi-Craft Contractors, Inc., Michael Jones, Project Manager, (479) 751-7411 Professional Air Systems, Bill Minchew, Owner, (479) 871-2114 Fayetteville Mechanical Contractors, Brent Morrow, Owner, (479) 521-4215 Kimbel Mechanical Contractors, Gene Dresel, (479) 756-1099 Equipment Providers Harrison Energy Partners, Jim Bradford, Senior Sales Manager, (479) 361-2030 Hambrick Ferguson Inc., John Hambrick, Owner, (918) 629-5684 Utilities Black Hills Energy, Marshall Moody, Energy Consultant, (479) 582-8398 Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l 1 Beilfuss, Amanda From:Shane Lanning <SLanning@eemep.com> Sent:Monday, February 27, 2023 4:20 PM To:Beilfuss, Amanda Subject:RE: RFQ 23-01, Engineering & Architectural Services 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.    Amanda,    Engineering Elements acknowledges the addendums issued for RFQ 23‐01.    Shane Lanning    From: Beilfuss, Amanda [mailto:abeilfuss@fayetteville-ar.gov] Sent: Monday, February 27, 2023 4:16 PM To: Shane Lanning Cc: Beilfuss, Amanda Subject: RFQ 23-01, Engineering & Architectural Services   Good afternoon,    We are currently reviewing statements of qualification received for RFQ 23‐01, Engineering & Architectural Services. We  noticed Engineering Elements did not acknowledge either of the addendum. Can you provide in writing (replying to this  email will work) that Engineering Elements acknowledges the addendums that were issued?    Thank you,    Amanda Beilfuss  Sr. Purchasing Agent  Purchasing Division  113 W. Mountain St.  City of Fayetteville, Arkansas 72701  abeilfuss@fayetteville‐ar.gov  T 479.575.8220  |  F 479.575.8257  Website | Facebook | Twitter | Instagram | YouTube       The City of Fayetteville’s NEW 2022  Procurement Portal is Now Available!   Receive the latest updates or register by clicking here.    Ap p e n d i x C RF Q 23 - 0 1 , Se l e c t i o n 11 Cit y Ha l l HV A C Up g r a d e s En g i n e e r i n g Ele m e n t s ' Su b m i t t a l