Loading...
HomeMy WebLinkAbout139-24 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 139-24 File Number: 2024-52 WATER TECHNOLOGY, INC. (SERVICE CONTRACT): A RESOLUTION TO AUTHORIZE A CONTRACT WITH WATER TECHNOLOGY, INC. IN AN AMOUNT NOT TO EXCEED $151,591.00, PURSUANT TO RFQ 24-01, FOR CONSULTING SERVICES TO DEVELOP AN AQUATIC FEASIBILITY STUDY, TO APPROVE A PROJECT CONTINGENCY OF $5,000.00, AND TO APPROVE A BUDGET ADJUSTMENT 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 Consulting Services Contract with Water Technology, Inc., in an amount not to exceed $151,591.00, pursuant to RFQ 24-01, to develop an Aquatic Feasibility Study and further approves a project contingency in the amount of $5,000.00. 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. PASSED and APPROVED on May 21, 2024 Page 1 Attest: ``N%11111111[y� `�`���K•� T Rk ��G: •GAS Y Q,c •;'G'''. - _��: •`per -�� FAYET7EVtLLL; Kara Paxton, City Cl rk Treasurer •a.= 10.1, &•.;QKAN`�P CITY OF FAYETTEVILLE ARKANSAS MEETING OF MAY 21, 2024 CITY COUNCIL MEMO TO: Mayor Jordan and City Council THRU: Susan Norton, Chief of Staff Alison Jumper, Director of Parks, Natural Resources and Cultural Affairs FROM: Lee Farmer, Recreation Superintendent SUBJECT: Aquatic Feasibility Study RECOMMENDATION: 2024-52 Staff recommends entering into a contract with Water Technology, Inc (WTI), pursuant to RFQ 24-01 for professional consulting services to develop an Aquatic Feasibility Study for a fee not to exceed $151,591, and approving an associated budget adjustment, and a project contingency of $5,000. BACKGROUND: The Park and Recreation System Master Plan was adopted by the City Council in March of 2023, which had a priority action of initiating a study to provide an updated aquatic facility. This priority action prompted staff to budget for the Aquatic Feasibility Study in the 2024 CIP Budget. Staff worked with Purchasing on RFQ-24-01 for this study and the professional selection committee selected WTI for this service. WTI is a world-renowned aquatic design firm with an extensive portfolio of projects. DISCUSSION: The Aquatic Feasibility Study will assess the current aquatic facilities, conduct community input to gauge demand for a new aquatic facility, explore appropriate locations, and provide cost estimates for construction and annual operations. BUDGET/STAFF IMPACT: Funds for this Water Technology, Inc. contract for the Aquatic Feasibility Study are available in the Capital Improvement Plan GL Account 4470.520.8520-5315.00 and Park Development GL Account 2250.520.9255- 5315.00 within the Aquatic Facility Feasibility Study project # 24008.1. ATTACHMENTS: SRF (#3), BA (#4), WTI Final Contract (#5), Appendix A - Scope of Work - FINAL (#6), Appendix B - City Issued RFQ (#7), Appendix C - Water Technology's Submittal (#8), Appendix D - WTI Certificate of Insurance (#9), Sel. 4 - Voting Results (#10) Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 _= City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 - Legislation Text File #: 2024-52 Aquatic Feasibility Study A RESOLUTION TO AUTHORIZE A CONTRACT WITH WATER TECHNOLOGY, INC. IN AN AMOUNT NOT TO EXCEED $151,591.00, PURSUANT TO RFQ 24-01, FOR CONSULTING SERVICES TO DEVELOP AN AQUATIC FEASIBILITY STUDY, TO APPROVE A PROJECT CONTINGENCY OF $5,000.00, AND TO APPROVE A BUDGET ADJUSTMENT 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 Consulting Services Contract with Water Technology, Inc., in an amount not to exceed $151,591.00, pursuant to RFQ 24-01, to develop an Aquatic Feasibility Study and further approves a project contingency in the amount of $5,000.00. 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. Page 1 Lee Farmer Submitted By City of Fayetteville Staff Review Form 2024-0052 Item ID 5/21/2024 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 4/30/2024 PARKS & RECREATION (520) Submitted Date Division / Department Action Recommendation: Staff recommends entering into a contract with Water Technology, Inc (WTI), pursuant to RFQ 24-01 for professional consulting services to develop an Aquatic Feasibility Study for a fee not to exceed $151,591, and approving an associated budget adjustment, and a project contingency of $5,000. 4470.520.8520-5315.00 2250.520.9255-5315.00 Account Number 24008.1 Project Number Budgeted Item? Yes Does item have a direct cost? Yes Is a Budget Adjustment attached? Yes Purchase Order Number: Change Order Number: Original Contract Number: Comments: Budget Impact: Sales Tax Cap Imp Park Development Fund Aquatic Feasibility Study Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget Project Title $ 100,000.00 100,000.00 $ 151,591.00 $ 56,591.00 )00.00 Previous Ordinance or Resolution # Approval Date: V20221130 City of Fayetteville, Arkansas - Budget Adjustment (Agenda) Budget Year Division Adjustment Number PARKS &RECREATION (520) /Org2 2024 Requestor: Alan Bearden BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Budget adjustment to transfer required funds to enter into a contract with Water Technology, Inc. (WTI), pursuant to RFQ # 24-01 for professional consulting services to develop an Aquatic Feasibility Study. Additional funds needed for a total contract amount not to exceed $151,491 and a project contingency of $5,000. COUNCIL DATE: 5/21/2024 ITEM ID#: 2024-0052 Holly Black 5/1/202q 3:54 PIn RESOLUTION/ORDINANCE Budget Division Date TYPE: D - (City Council) JOURNAL #: GLDATE: CHKD/POSTED: TOTAL Account Number - - Increase / (Decrease) Expense Revenue Project.Sub# Project Sub.Detl AT v.2024422 Account Name 2250.520.9255-5806.00 (56,591) - 13001 1 EX Improvements - Park 2250.520.9255-5315.00 2250.520.9255-5911.99 51,591 - 5,000 - 24008 24008 1 EX 1 EX Contract Services Contingency - Capital Project I of 1 Contract for Professional CITY OF Engineering/Architectural Services FAYETTEVILLE Selection #4 — Aquatic Feasibility Study ARKANSAS Engineer/Architect: Water Technology Inc. Term: Single Project THIS AGREEMENT (Contract) is executed this 21 day of May , 2024, by and between the City of Fayetteville, Arkansas acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE or CITY) and Water Technology, Inc. (hereinafter called Engineer/Architect or WTI). CITY OF FAYETTEVILLE from time to time requires professional Engineering and/or Architectural services in connection with the evaluation, design, construction drawings, bidding, and/or construction observation of capital improvement projects. Therefore, CITY and WTI in consideration of their mutual covenants agree as follows: WTI 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 licensed 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 expressly provided herein. This agreement may be modified only by a duly executed written instrument signed by the CITY and WTI. a. Appendices included under this agreement include the following and shall govern in the following order. Contract language in this document shall prevail over all exhibits: i. Appendix A: Scope of Work & Fees ii. Appendix B: City's solicitation identified as RFQ 24-01, Engineering & Architectural Services iii. Appendix C: WTI's Response to RFQ 24-01 iv. Appendix D: WTI's 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, Fayetteville, AR 72701 b. Water Technology, Inc.: Attention: Jen Gerber, 100 Park Avenue, Beaver Dam, WI 53916 4. Fees, Expenses, and Payments: a. The Fixed Fee amount authorized for this agreement is $134,091.00 plus any reimbursable expenses attributed to the project (refer to Appendix A). Progress payments shall be paid to WTI as described in Appendix A. Additional services may be utilized using rates in Appendix A. b. WTI shall track, log, and report hours and expenses directly related to this Agreement. Invoices shall be itemized by Task. Invoice and payment requests shall not exceed the percentage of work completed as defined by Appendix A. RFQ 24-01, Engineering & Architectural Services —Selection 4 Aquatic Feasibility Study— Water Technology, Inc. Page 1 of 8 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 WTI in writing 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 WTI's 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 WTI 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, WTI 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 WTI 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 WTI 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 WTI 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, WTI will not receive a fee for work associated with the Change Order. 9. Insurance: WTI shall furnish a certificate of insurance addressed to the CITY OF FAYETTEVILLE, showing coverage 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, WTI 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, WTI 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. Water Technology, Inc. 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. b. Subconsultants shall maintain reasonable insurance including but not limited to worker's compensation, auto as applicable, general liability, errors and omissions, etc. RFQ 24-01, Engineering & Architectural Services — Selection 4 Aquatic Feasibility Study — Water Technology, Inc. Page 2 of 8 10. Professional Responsibility: WTI 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 WTI any defects or suspected defects in services of which CITY OF FAYETTEVILLE becomes aware, so WTI can take measures to minimize the consequences of such a defect. CITY OF FAYETTEVILLE retains all remedies to recover for its damage caused by any negligence of WTI. 11. Responsibility of the City of Fayetteville: CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of WTI: a. Provide full information as to the requirements for the Project including but not limited to project site surveys, project record drawings (if available), and project site geotechnical analysis and reports (if available). b. Assist WTI by making available all available information pertinent to the assignment including previous reports and any other data relative thereto. c. Assist WTI 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 WTI and render in writing decisions pertaining thereto. e. Review all documents and provide written comments to WTI in a timely manner. f. The City of Fayetteville's Parks, Natural Resources, and Cultural Affairs Director is the project representative with respect to the services to be performed under this Agreement. The Parks, Natural Resources, and Cultural Affairs 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 WTI relating to construction costs and schedules, operation and maintenance costs, equipment characteristics and performance, cost estimating, and operating results are based on WTI's experience, qualifications, and judgment as a design professional. Since WTI 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, WTI does not guarantee that actual rates, costs, performance, schedules, and related items will not vary from cost opinions and projections prepared by WTI. 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. WTI 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 affected unless the other party is given: RFQ 24-01, Engineering & Architectural Services — Selection 4 Aquatic Feasibility Study — Water Technology, Inc. Page 3 of 8 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 WTI 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 WTI at the time of termination may be adjusted to cover any additional costs to CITY OF FAYETTEVILLE because of WTI's default. d. If termination for default is affected by WTI, 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 WTI for services rendered and expenses incurred prior to the termination, in addition to termination settlement costs reasonably incurred by WTI relating to commitments which had become firm prior to the termination. e. Upon receipt of a termination action, WTI 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 WTI 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 WTI to fulfill contractual obligations, it is determined that WTI 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 WTI are suspended or delayed by CITY OF FAYETTEVILLE or by other events beyond reasonable control, WTI shall be entitled to additional compensation and time for reasonable documented costs actually incurred by WTI in temporarily closing down or delaying the Project. b. In the event the services are suspended or delayed by WTI, 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: WTI's services shall be performed solely for the benefit of CITY OF FAYETTEVILLE and not for the benefit of any other persons or entities. 17. Dispute Resolution RFQ 24-01, Engineering & Architectural Services — Selection 4 Aquatic Feasibility Study — Water Technology, Inc. Page 4 of 8 a. Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes between CITY OF FAYETTEVILLE and WTI 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 WTI 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 WTI 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 WTI 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 WTI 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 WTI for services rendered by WTI. 19. Publications: Recognizing the importance of professional development on the part of WTI's employees and the importance of WTI's public relations, WTI's may prepare publications, such as technical papers, articles for periodicals, promotional materials, and press releases, in electronic or other format, pertaining WTI's services for the Project. Such publications will be provided to CITY OF FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE's advance review. CITY OF FAYETTEVILLE shall review such drafts promptly and provide CITY OF FAYETTEVILLE's comments to WTI, 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 WTI's activities pertaining to any such publication shall be for WTI's account. 20. Indemnification: WTI 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 WTI's capacity as an Engineer/Architect, and caused by any willful or negligent error, omission, or act of WTI or any person employed by it or anyone for whose acts WTI is legally liable. 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 RFQ 24-01, Engineering & Architectural Services —Selection 4 Aquatic Feasibility Study— Water Technology, Inc. Page 5 of 8 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: WTI 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. WTI 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. WTI 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 WTI as part of the Work shall become the property of CITY OF FAYETTEVILLE when WTI has been compensated for all Services rendered, provided, however, that WTI shall have an unrestricted perpetual license right to their use. WTI 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 WTI. c. Any files delivered in electronic medium may not work on systems and software different than those with which they were originally produced. WTI 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 Water Technology, Inc.: a. Review, approval, or acceptance of design drawings, specifications, reports and other services furnished hereunder by CITY shall not in any way relieve WTI 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. WTI shall be and shall remain liable, in accordance with applicable law, for all damages to CITY OF FAYETTEVILLE caused by WTI's negligent performance, except beyond the WTI 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. WTI's obligations under this clause are in addition to WTI's other express or implied assurances under this Agreement or State law and in no way diminish any other rights that CITY OF FAYETTEVILLE may have against WTI for faulty materials, equipment, or work. 25. Audit and Access to Records: RFQ 24-01, Engineering & Architectural Services — Selection 4 Aquatic Feasibility Study — Water Technology, Inc. Page 6 of 8 a. WTI 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. WTI shall also maintain the financial information and data used by WTI 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. WTI 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: J. 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 WTI, 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. WTI 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 WTI 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 WTI or any of WTI's agents or representatives, offered or gave gratuities (in the form of entertainment, gifts or otherwise) to any official, employee or agent of CITY OF FAYETTEVILLE, or related third party contractor associated with this project, in an attempt to secure an agreement or favorable treatment in RFQ 24-01, Engineering & Architectural Services —Selection 4 Aquatic Feasibility Study— Water Technology, Inc. Page 7 of 8 awarding, amending or making any determinations related to the performance of this Agreement, CITY OF FAYETTEVILLE may, by written notice to WTI terminate this Agreement. CITY OF FAYETTEVILLE may also pursue other rights and remedies that the law or this Agreement provides. However, the existence of the facts on which CITY OF FAYETTEVILLE bases such finding shall be in issue and may be reviewed in proceedings under the Remedies clause of this Agreement. b. The CITY may pursue the same remedies against WTI as it could pursue in the event of a breach of the Agreement by WTI. 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 WTI incurs in providing any such gratuities to any such officer or employee. 28. Clarification and Understanding of all parties: WTI shall not assign its duties under the terms of this agreement without prior written consent of the City. Subconsultants identified in WTI's response shall be permitted as being referenced herein. IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and WATER TECHNOLOGOY, INC., by its authorized officer have made and executed this Agreement as of the day and year first above written. CITY OF FAYETTEVILLE, ARKANSAS By: /Q�'� -- Kara Paxton, City Cl Date Signed: 5/21/2024 WATER TECHNOLOGY, INC. JEN GERBER. VICE PRESIDENT i ��� V �•G�� Y of —�• FAYEn F vlt I l RFQ 24-01, Engineering & Architectural Services —Selection 4 Aquatic Feasibility Study — Water Technology, Inc. Page 8 of 8 Date Signed: _5.1.2024 APPENDIX A —SCOPE OF WORK & FEES PROFESSIONAL SERVICES FOR RFQ 24-01, Selection #4 AQUATIC FEASIBILITY STUDY 1. SCOPE OF WORK Water Technology, Inc. (WTI}will provide professional consulting to develop an Aquatics Feasibility Study for the City of Fayetteville's Parks, Natural Resources, and Cultural Affairs Department. Scope includes assessment of current aquatics, market analysis, community input, site inventory, existing facility analysis, concept design, partnership opportunities review, and proforma. A. Task 1— Current Aquatics Assessment WTI will provide high-level assessment of Wilson Park Pool. Detailed engineering assessment not anticipated. WTI will provide feedback on program, services, and industry trends relative to cities of a similar size (nationally) and in Northwest Arkansas. Anticipate a review of up to two (2) cities for benchmarking; including Lawrence, KS and other regionally relevant cities as identified by WTI staff. i. WTI will provide assessment of Wilson Park Pool for feedback on potential non -aquatic venue reuse. ii. Perform review of Fayetteville against other cities for benchmarking exercise. iii. Establish bi-weekly coordination calls with consultant partners. B. Task 2 — Market & Existing Facility Analysis & Partnership Opportunities WTI will provide review of recently completed 10-year Masterplan and provide focused review specific to aquatic facilities. WTI will identify secondary service area and will provide overview of aquatic trends in indoor and outdoor environments alongside competition and leisure amenities/elements. WTI will begin identifying opportunities for partnerships and address re -use opportunities for Wilson Park Pool site. Discussions of ideas for site opportunities, high-level assessment of potential future opportunities for re -use will be the focus; no design work is anticipated. WTI will present findings and strategies to the public during the community input process. Following the market analysis, WTI will identify capital and operating partnership opportunities. i. WTI to provide presentation on trends in aquatics. ii. Opportunities for partnerships & provide cost/benefit analysis with potential partners shall be identified. iii. Service area identification, demographic characteristics/community profile, competitive market analysis, comparison with regional and location participation statistics/trends, and market segment determination and analysis shall all be provided. C. Task 3 — Community Input WTI will examine indoor, outdoor, or combined facility options, single/multiple locations, priorities for non -aquatic amenities/support spaces, and programs/services to be offered. WTI will provide an approach to public input and surveying using the following: i. Virtual kick-off meeting with full consultant team & City staff to discuss, schedule, and prioritize community input approach RFQ 23-01, Engineering & Architectural Services — Selection 11 Appendix A —Scope of Work & Fees Last Updated: 04/30/2024— Page 1 of 4 ii. Three (3) virtual meetings with staff -appointed steering committee iii. Two (2) in -person public input meetings: initial polling & concept review/feedback. iv. Virtual meeting for final presentation of concept to Parks Advisory Board at an open public forum v. In -person meeting for final presentation of concept to Fayetteville City Council vi. Provide two (2) online surveys for public input: first survey to seek early feedback and guidance; second survey to obtain feedback on design concepts. 1. Surveys to be hosted on City of Fayetteville's website 2. Project team to identify survey questions and share with Staff for integration D. Task 4 — Site Inventory & Analysis WTI to identify optimal locations for a new facility and provide recommendations for future sites and land acquisition costs. Following feedback on the service area, WTI will evaluate preferred sites and present potential land acquisition costs. E. Task 5 — Concept Design Following Staff, Steering committee, and community input to identify the preferred program, WTI will provide various concepts with differing levels of amenities and costs for discussion and review. i. Confirm aquatic program & amenities for multiple scenarios/budgets. ii. WTI will provide 2D concept options for review & feedback (limit 3). 1. 3D renderings are NOT part of this scope of work; 2D concepts only. iii. WTI will provide ROM budget for preferred concept. F. Task 6 — Proforma Project the operating costs and staffing levels required of the facility design while noting the cost recovery rate potential. WTI will provide the capital expense required to fund the project from start to finish. i. Attendance Estimates 1. Daily 2. Annually 3. By facility and/or component ii. Fee Structure 1. Drop -in 2. Multiple admissions/annual passes 3. Family, corporate, group 4. Rentals iii. Sources of Income 1. Identification and verification of revenue sources iv. Operation Cost Projections 1. Develop a line item budget RFQ 23-01, Engineering & Architectural Services — Selection 11 Appendix A —Scope of Work & Fees Last Updated: 04/30/2024 — Page 2 of 4 2. Personnel by position 3. Contractual services 4. Commodities 5. Capital replacement v. Revenue Generation Projections 1. Develop a line item accounting 2. Admissions 3. Annual/multiple admissions 4. Programs and services 5. Rentals 6. Other revenue sources vi. Revenue/Expenditure Comparisons 1. Cost recovery level vii. Project Recommendations/Profitability of Components 1. Marketing strategy 2. Program/service considerations 2. SCHEDULE The final report is anticipated to be completed in November 2024. 3. COST FEES A. The Fixed Fee amount authorized for this agreement is $134,091.00 plus any reimbursable expenses attributed to the project. Reimbursable expenses may include travel, express shipping, and printing. i. Reimbursable expenses are estimated at 10 trips in total with an estimated cost of $1,750.00 per trip. Reimbursable expenses are estimated at $17,500.00. B. The Fixed Fee has been broken down by task and billing will be issued to the City monthly, on a percent complete basis. Task Identification Cost of Task Task 1— Current Aquatics Assessment $2,650.00 Task 2 — Market & Existing Facility Analysis & Partnership Opportunities $18,780.00 Task 3 — Community Input $66,811.00 Task 4—Site Inventory & Analysis $12,550.00 Task 5 — Concept Design $22,400.00 Task 6 - Proforma $10,900.00 $134,091.00 C. Additional services related to this project may be requested and provided on an hourly basis utilizing the following hourly rates: i. Principal/Director: $250.00 per hour RFQ 23-01, Engineering & Architectural Services — Selection 11 Appendix A —Scope of Work & Fees Last Updated: 04/30/2024 — Page 3 of 4 ii. Project Manager/Engineer: $185.00 per hour iii. Creative Studio: $160.00 per hour iv. Project Design: $145.00 per hour v. Mechanical Design: $170.00 per hour vi. Technical Design: $105.00 per hour vii. Administrative: $75.00 per hour RFQ 23-01, Engineering & Architectural Services — Selection 11 Appendix A —Scope of Work & Fees Last Updated: 04/30/2024 — Page 4 of 4 CITY OF �. FAYETTEVILLE ARKANSAS City of Fayetteville, Arkansas Purchasing Division — Room 306 113 W. Mountain Fayetteville, AR 72701 Phone: 479.575.8256 TDD (Telecommunication Device for the Deaf): 479.521.1316 REQUEST FOR QUALIFICATION: RFQ 24-01, Engineering & Architectural Services DEADLINE: Tuesday, January 9, 2024 before 2:00 PM, local 'me SR. PURCHASING AGENT: Amanda Beilfuss, abeilfuss fa etteville- DATE OF ISSUE AND ADVERTISEMENT: 12/10/2023 _ REQUEST FOR STAT M S LIF C RFQ 24-01. Enei�er & ArL�Fi' ctu ices V• W ✓ It is the intent for the accept spo thi do 0 considered for all engineer nd arc tural�$ io 2024. The Ci The City reserves responses. rican Rescue Plan. FQ at any time for any job specific tectural selection. 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. City of Fayetteville, AR RFQ 24-01, Engineering & Architectural Services Page 1 of 16 City of Fayetteville, AR RFQ 24-01, Engineering & Architectural Services Advertisement City of Fayetteville, AR Request for Statements of Qualification RFQ 24-01, Engineering & Architectural Services The City of Fayetteville, Arkansas, is requesting statements of qualifications from firms interested in providing engineering, architectural, & land surveying services for 2024 street, drainage, bridge, water & sewer, trails, parks, and other projects. ww All statements shall be received by Tuesday, January 9, 2024 before 2:0 Pcal time utilizing the City's electronic portal located at http://fayetteville-ar.gov/bids. Late or misdire vproposals will not be accepted. Proposals will not be accepted after the deadline. The City of Fayett ille i I not b responsible for lost or misdirected RFQ's, or failure 11:;� f br 611N al equipment. Forms & addendums can be downloaded frorryt ity's elect c ortal t fayetteville-ar.gov/bids. All questions regarding the process shall be to A d Beilfu eilfuss@fayettevilleeilfuss@fayetteville-argov or (479)575-8220. All interested parties shall be qualified o busi e liceq rd call applicable laws of the state and local governments where e roject is Io d. In erparti be registered with the Arkansas Secretary of State. • The City of Fayetteville resery the righ> o eject an roposa a to waive irregularities therein, and all parties agree that such rejection sh biewitho t li on the the City of Fayetteville for any damage or claim brought by any intereste caus of ejectio IF shall any interested party seek any recourse of any kind against the City of Fay ville beca of such ons. The filing of any Statement in response to this invitation shall const' to n agreewe t the inter party to these conditions. c�• G City of Fayetteville By: Amanda Beilfuss, Sr. Purchasing Agent P: 479.575.8220 abeilfuss@fayettevilleabeilfuss@fayetteville-argov TDD (Telecommunications Device for the Deaf): (479) 521-1316 Date of advertisement: 12/10/2023 This publication was paid for by the Purchasing Division of the City of Fayetteville, Arkansas. Amount paid: $150.72 City of Fayetteville, AR RFQ 24-01, Engineering & Architectural Services Page 2 of 16 City of Fayetteville, AR RFQ 24-01, Engineering & Architectural Services Appendix SECTION: PAGE NUMBER Cover Page 01 Advertisement 02 SECTION A: General Terms & Conditions 04 SECTION B: Vendor References 12 SECTION C: Summary Form 13 SECTION D: Signature Submittal 14 Appendix A: City Standard Federal Contract Provisions 15 City of Fayetteville, AR RFQ 24-01, Engineering & Architectural Services Page 3 of 16 City of Fayetteville, AR RFQ 24-01, 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. 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 (SOQ). 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 w,prk. Also, include the reference information requested in this RFQ. C. Electronic Submittal: Proposers are required to go to htt fa ette r.gov/bids and follow the prompts to submit a statement of qualification ithin the electrp�n pl tfor sisal submittals are not allowed for this RFQ. O i. SOQ's shall be prepar 4 and e Tcally g a straightforward, concise description of its abilit et the r ents project. Fancy bindings, colored displays, and promo ' ateria t requir d. pha ' should be on completeness and clarity of c .All c s subrr 'N hrou the ectronic portal shall be standard pa f 8 % Exce4pNNch s atics, exhibits, one -page resumes, y required ms. i pos enty- five (25) pages or less, exclu - geNam+,resumes, encesorms required by the City for complAll Is shall oad4k a DF format to the City's electronic d. Proposals will be revi Only the names of e. Proposers shal u Purchasing Di ' ' n. f. Proposal olio) sequence o he RFQ 0 ated dee �v Ishown on the cover sheet of this document. ons will be made all year for various projects. on documentation published by the Fayetteville Proposers should structure their responses to follow the Proposers shall ha%e perience in work of the same or similar nature and must provide references that will satisfy the City f 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 in the electronic bidding platform. City of Fayetteville, AR RFQ 24-01, Engineering & Architectural Services Page 4 of 16 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. 3. RIGHTS OF CITY OF FAYETTEVILLE IN THIS PROCESS: 4. In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the following: The City of Fayetteville reserves the right to rank firms and neg th the highest-ranking firm. Negotiation with an individual Proposer does not require negotiatio others. The City of Fayetteville reserves the right to sel the proposal �t believ erve the best interest of the City. �► The Cityof Fayetteville reserves the ri t cce t or r Sny or II als. Y g� p � Y The City of Fayetteville reserves the ri � ancel re req The Cityof Fayetteville reserves th ri t to re 'P�waiv ical or erial errors in the request v � a for statements of uglification s Itin I. a. b. C. d. e. f. The City of Fayetteville or proposal data witJ k g. The City of Fayettevi required on the basis i The City of FayettevillI( architectural, and land s selected by the D ar E Projects expe e xc contract exa nL, 535.0 the right toques ig t'erins of the �Lt Ae right to.4' ions, additional information, the Proposer to perform the services -OEhe rj;�Ieveci ce proposals for applicable 2024 engineering, 'rojectto be under $35,000 by the City will be c ce with the presented selection criteria in this RFQ. be ed on by the selection committee and any related �al authorization by the Fayetteville City Council. EVALUATION CNTERIA: CZ, U The evaluation criteri .nes the factors that will be used by the selection committee to evaluate and score responsive, responsibl , and qualified proposals. Proposers shall include sufficient information to allow the selection committee to thoroughly evaluate and score proposals. Each 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. City of Fayetteville, AR RFQ 24-01, Engineering & Architectural Services Page 5 of 16 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: A 0 a. 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". b. 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 services being provided. Such written notification shall identify the prospective business associ terest or circumstance, the nature of which the Proposer may undertake and request an op to the City as to whether the association, interest or circumstance would, in the opinion oft City, cons it t a conflict of interest if entered into by the Proposer. The City agree o munica h he Pro r opinion via e-mail or first-class mail within thirty days of receipt of n � atior` WITHDRAWAL OF PROPOSAL: G C� A proposal may be withdrawn at any LATE PROPOSAL OR MODIFICAT a. Proposal and modificati s ived fter the time o t e pr bmittal shall not be considered. Modifications in writ ive for Ne de ill be cce d. The City will not be responsible for misdirected respo es. Proles s will re email n ' mation after successful submission in the electronic submission p77 o�n. b. The time set for the de li e shall be time for F ille, AR. All proposals shall be received in the Purchasing Divisio FO the d lin stated. fficial clock to determine local time shall be the clock located in t el ronic latforr� 10. CONSTITUTIOX7111. JWATE. ANMWAMAL CDWP LNCE REQUIREMENTS: The laws of tN State ok4i2wsas zfplyiN any purchase made under this request for statements of qualification. Propos NONmply I constitutional, state, and federal directives, orders and laws as applicable to this pr osal and subsequent contract(s) including but not limited to Equal Employment Opportunity (EEO), Disadvantaged Business Enterprises (DBE), & OSHA as applicable to this contract. 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." City of Fayetteville, AR RFQ 24-01, Engineering & Architectural Services Page 6 of 16 12. RIGHT TO AUDIT. FOIA. AND JURISDICITON: a. 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. b. 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. c. Legal jurisdiction to resolve any disputes shall be Arkansas with Arkansas law applying to the case. 13. CITY INDEMNIFICATION: N 14. 15. 16 The successful Proposer(s) agrees to indemnify the City and hold it ha ss fro and against all claims, liability, loss, damage or expense, including but noptimited to coues, aris m or by reason of any actual or claimed trademark, patent or copyright 1 men�orion bas th e n, with respect to the services or any part thereof covered by this ord , an suchG Ntfh sha t v acceptance of the services and payment thereof by the City. •` C� VARIANCE FROM STANDARD TERMS TION All standard terms and conditions in t ' r t for •�t� o uon apply to this contract • except as specifically stated in t s bsequent s ns of �ume ich take precedence, and should be fully understood by P�pee for t�sub� fitting anal on tlirement. Persons with disabilities req call 479.521.1316 (telecom) Persons needing tranl-,Oi immediately. in this proceeding/event, should -)even days prior to the deadline. ayetteville, Purchasing Division, The Proposer F%st specif fir pr os T*e exact company name and address which must be the same as invoices submitte ent as sult of award of this RFQ. Further, the successful Proposer is responsible for imme ' to y 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: a. 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. City of Fayetteville, AR RFQ 24-01, Engineering & Architectural Services Page 7 of 16 b. 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. c. 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. d. 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: a. The Contractor shall perform this contract. No assignment of sub tLAng shall be allowed without prior written consent of the City. If a Proposer intends to subcontra ortion of this work, the Proposer shall disclose such intent in the proposal submitted as a result Q. b. In the event of a corporate acquisition and/o r er, thg C01KIt'-scr sha I ro id written notice to the City within thirty (30) calendar days of Con acto s noti Leh ac o pon the occurrence of said action, whichever occurs first. • G C� 19. NON-EXCLUSIVE CONTRACT: 20 21 Award of this RFQ shall impose no i ation y to e or I work of this type, which • may develop during the contra�p riod. This i an excont he City specifically reserves the right to concurrent) contra tllwth com anies fa ar wor ems such an action to be in the g Y p City's best interest. In th f m le ale con , this p visi shall apply separately to each item. V" ADDITIONAL REQUIREMENTS: The Cit reserves the ri h t �K' au a ional servi tin to this RFQ from the Proposer. When Y g q g p approved by the City a am dment th ontra authorized in writing prior to work, the Contractor shall provide such itio requi as ma e necessary. SERVICES AG T: �' •`� A written agre ent, in s Tally e f lh attached, incorporating the RFQ and the successful proposal will be re ared b t i ned by Proposer and resented to the City of Fayetteville for p p Y Y p p Y Y approval and signatur f t e 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. City of Fayetteville, AR RFQ 24-01, Engineering & Architectural Services Page 8 of 16 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 n action in connection with any request for proposal, request for qualification, bid or contract throu Vk or indirect oral or written communication or an attempt to obtain goodwill of persons and/or en specifie in this provision. Such actions may cause any request for proposal, reques for qualificatio id or co t o be rejected. 24. DEBARRED ENTITIES: O By submitting a statement of qualificatio r states sing t�'ot a debarred contractor with the federal, any state, or local governme � ��✓ 25. OTHER GENERAL CONDITIONS: a. Proposers shall provide t t with propfig �em e aving egal authority to submit proposals on behalf t P serNhe vtire cots parin oviding responses shall be borne by the Proposer. • ` b. The City reserves the right o V st an final in f on it deems necessary from any or all Proposers after the sub ' seadli . c. The request for statement ualificati is not to rTstrued as an offer, a contract or a commitment of any kind; nor d es commit4h ci to pa costs incurred by Proposer in preparation. It shall be clearly and s at any sll�incurre by V� roposer in responding to this request for statements of qualific is at the Pr �'s o and expense as a cost of doing business. The City of Fayettev' of be I' b 1'6r rei nt to the Proposer for any expense so incurred, regardless of whether not the �al is cep . d. If products, comp or services other than those described in this bid document are proposed, the Proposer must incl e complete descriptive literature for each. All requests for additional information must be received within five working days following the request. e. 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_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. f. 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 City of Fayetteville, AR RFQ 24-01, Engineering & Architectural Services Page 9 of 16 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. g. 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. h. 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. i. 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 proce iased on any alleged lack of jurisdiction or improper venue or any similar basis. j. The successful Proposer shall not assign the wpoje or any part is Cont any monies due or to become due hereunder without written consvt�eco City of ville. In as t successful Proposer assigns all or any part of any monies due or andis ontract, the Instrument of assignment shall contain a clause subs • a'a o the of ec at is at the right of the assignee in and to any monies due or to become th s I Propo r all be subject to prior liens of all persons, firms, and corporations f ices re or ma e Is suppl, r the performance of the services called for in this contra •No%,l k. The successful Proposer's to tion is dire to th at licable Federal and State laws, municipal ordinances a t les re ulationS I author n jurisdiction over the services shall apply to the co rou ud t, d they ` deem to included in the contract as though written out in full her in. The sc ssful Pro hall kee h self/herself fully informed of all laws, ordinances and regulations hOFeder I, }dnd muni ' governments or authorities in any manner affecting those engaged byed ' p g thes a ces or in anyway affecting the conduct of the services and of all orders a decrees o dies or tr s having any jurisdiction or authority over same. If an discre an o inconsis4ePe hould vered in these Contract Documents or in the Y p � specifications r erred tNvRii tion o a uch law, ordinance, regulation, order or decree, s/he shall herew' ort the sarr tin t of Fayetteville. V • I. All interes p rties s u erst i is not utilizing AIA contracts for projects. Standard City contracts will be ed r project 26. INSURANCE: a. 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 City of Fayetteville, AR RFQ 24-01, Engineering & Architectural Services Page 10 of 16 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 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 ject is located "Note: Price shall not be a considered factor used to select a ven he event the City is not able to negotiate a successful contract with the selected vendor, the y reseXf the right to cease negotiations with such selected vendor and teed on to t�xt sele dor. Statements of Qualification Pro osals shall NOT include ric rl f s Itin r an kind. %♦ ♦ G � ♦G p. '♦G \CO d• Ci City of Fayetteville, AR RFQ 24-01, Engineering & Architectural Services Page 11 of 16 City of Fayetteville, AR RFQ 24-01, 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: TOTAL NUMBER OF CURRENT EMPLOYEES: OW LONG IN PRESENT LOCATION: FULLTIME PART TI M E NUMBER OF EMPLOYEES PLANNED FOR THIS CONTRACT: FULLTIME PARTTIME PLEASE LIST FOUR (4) REFERENCES THAT YOU HAVE PREVIOUSLY PERFORMED CONTRACT IxOR WITHIN THE PAST FIVE (5) YEARS (All fields must be completed): 1. COMPANY NAME 2. CO M E ' CITY, STATE, ZIP ` STATE, Z P CONTACT PERSON COr* S N TELEPHONE PHON O FAX NUMBER Al FAX WWR E-MAIL ADDRESS � V .`� 1G`AIL ADDRESS COMPANY NAME ` �d• G CITY, STATE, ZIP CONTACT PERSON TELEPHONE FAX NUMBER E-MAIL ADDRESS City of Fayetteville, AR RFQ 24-01, Engineering & Architectural Services Page 12 of 16 El COMPANY NAME CITY, STATE, ZIP CONTACT PERSON TELEPHONE �e�7►1�1►4:1�:� E-MAIL ADDRESS City of Fayetteville, AR RFQ 24-01, Engineering & Architectural Services SECTION C: 2024 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 protect. 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 Architecture Bridges Carbon Sequestration Analysis Civil/Structural Design Climate Resilience Analysis Construction Administration Drainage Design, Analysis, gg Ecosystem Services Anal C Electrical Environmental A I sR n iatio� � Permitting Environmental ter Servic� Floodplain Services "� GIS Mapping � Geotechnical inee g Hydrolog ♦` Natur �/Conservation Planning Parks: n Forest y Planning P�Land De Fees Consultant Aquat' o ant ite Util�► Management Soil/Materials Utility Asset Inspections Value Engineering Grant g ervices Wastewater Design In e Fee Esti tom/ • Wastewater Management Interi Design ` Wastewater Modeling Landscape p LEED/Sites Ce ification Lighting Design Master Planning: Arts/Culture Master Planning: City/Government Master Planning: Parks Master Planning: Streets Master Planning: Wastewater Master Planning: Water Mechanical, Electrical, & Plumbing City of Fayetteville, AR RFQ 24-01, Engineering & Architectural Services Page 13 of 16 Wastewater Rate Studies Wastewater SSES Watershed Studies Water/ Sewer Rate Studies Water Audit Services Water Design Water Management Water Modeling Water Quality Monitoring Water Service Line Inventory Wetlands City of Fayetteville, AR RFQ 24-01, 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 re ult of your response. This form must be completed and returned in order for your bid/proposal to be eligibl fo nsideration. JK PLEASE CHECK ONE OF THE FOLLOWING TWO OPTIONS, AS IT APPROPRI TEL PPLIES YOUR FIRM: T 1) NO KNOWN RELATIONSHIP E `O 2) RELATIONSHIP EXIST a e explain ♦ ♦` I certify that; as an officer o anizati�il�or�er the d le ter aut orization, am duly authorized to certify the information provi d erei a ac``curate e; and organization shall comply with all State and Federal Equal Opportunity and on rimina ' uirem conditions of employment. e) Pursuant Arkansas Code Anno t d §25-1-5 the Contr oo sees and certifies that they do not currently boycott Israel and will n co Isra♦el ' g any i ich they are entering into, or while in contract, with any public entity fi in § If at a tide during contract the contractor decides to boycott Israel, the contrac st notify th acte is entity in writing. Pursuant Arkansas de Ann §25- 100 ,`the Contractor agrees and certifies that the do not current) g Y Y boycott Energy, Fossil Fu r s, and A unition Industries during any time in which they are entering into, or while in contract, with ny public entity as defined in §25-1-1002. If at any time during the contract the contractor decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, 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. City of Fayetteville, AR RFQ 24-01, Engineering & Architectural Services Page 14 of 16 Name of Firm: Name of Primary Contact: Title of Primary Contact: Phone Number: E-Mail Address: 3. ACKNOWLEDGEMENT OF ADDENDA Acknowledge receipt of addenda for this invitation to bid, request for pro a / �c request for qualification by signing and dating below. All addendums are hereby made a part of thekbid. P documents to the same extent as though it were originally included therein. Prop os s/Bidders shondi ate eceipt of same in the appropriate blank listed herein. Failure to do so may t Contra isqualif n ADDENDUM NO. I SIGNATUR5A4Tl3 CINTED Imo►- /*SATE ACKNOWLEDGED ,� `�- 4. DEBARMENT CERTIFICATI As an interested party on this roject, YO require rovide ent/suspension certification indicating in compliance with the below Fede ecutiv 0 �Certific an be done by completing and signing this form. Federal Executive Orde (E. 1254 $qbrment spension" requires that all contractors receiving individual awards, u0orn al fun sub-�eciipp�nts certify that the organization and its principals are not debarred, supropos debarmeneclared ineligible, or voluntarily excluded by any Federal department or a doi, ineseMNhe Federal Government. Signature certifies that ne declared ineligible, or vol agency you nor your principal is presently debarred, suspended, proposed for debarment, tarily excluded from participation in this transaction by any federal department or Questions regarding this form should be directed to the City of Fayetteville Purchasing Division. COMPANY: PHYSICAL ADDRESS: MAILING ADDRESS: City of Fayetteville, AR RFQ 24-01, Engineering & Architectural Services Page 15 of 16 PHONE FAX: ■�► I_11�I TAX ID #: UEI #: By submitting your response, you certify that you are authorized to represent and bind your company: SIGNATURE: PRINTED NAME: TITLE: 4�F ��S§EN0RFQ DOCUMENT City of Fayetteville, AR RFQ 24-01, Engineering & Architectural Services Page 16 of 16 CITY OF FAYETTEVILLE ARKANSAS RFQ 24-01, 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 endix II to Part 200. Title 2 — Contract Provisions for Non -Federal Entitv Contracts Under Federal Awards Contractors and vendors shall comply with the following federal guidelines, in accordanc I�b most recent published version of Appendix II to Part 200—Contract Provisions for Non -Federal Entity Contracts Under Fede ards. The definition of a "non -Federal entity' in this section shall mean the City of Fayetteville, AR. Language in this Appe Vshlove i d supersede any language contained in the bid documents. All parties shall understan rms "vend n "contra apply to a design firm, construction contractor and/or sub -contractor. Language in thi ndix shy I p as it is ap to federal law. Design firms shall incorporate all applicable federal language into bias fications, quall�%aa n requir �d contract documents prepared for City of Fayetteville projects. �►► G C� 1. Termination for Cause and Convenience a. The City of Fayetteville rese l► right a I his Co it-, wi Lit c s by ng thirty (30) days' notice to the vendor of the intent or wit if at an i1,e vendo a' to ulfill or abide by any of the terms or conditions s ecifie g reement sh e autermi i nds under federal award number are p , discontinued by he ar in age for nason y re�minatio e effect upon receipt of written notice. If there is a nee t on arl r ination payme up t he termination date would be determined by incurrence of lowable co b ompletio by perce t ime completed up to the settlement, or some other method as define y t, upon r the ven ords. a. Failure of the vend r m wit of�he rovi ' his contract shall be considered a material breach of p Y p }}��1 contract and shall be c e for immedi termii he contract at the discretion of the City of Fayetteville. b. In additi t all er leg s available e City of Fayetteville, the City reserves the right to cancel and obtain another soi services ich have not been provided within the period of time stated in the pr o I, if nc suc ti is statgd,i a reasonable period of time from the date of order or request, as de in d by the ` 2. Equal Employment O —Vendors omply with 41 CFR 60-1.4(b) a. During the pexormance of this contract, the vendor agrees as follows: 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. City of Fayetteville, AR Appendix A - Contract Provisions for Non -Federal Entity Contracts Under Federal Awards, CFR Part 200, Appendix II Last Updated: 06/23/2023 Page 1 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 representativeUle ers with which he has a collective bargaining agreement or other contract or understand to be provided advising the said labor union or workers' representatives of the vendor' mitments under this section, and shall post copies of the notice in conspicuous pla�kav*,ai ble loyees and applicants for employment. (5) The vendor will comply with a isions tic ive Order f September 24, 1965, and of the rules, regulation relevant order Secreta o r. (6) The vendor will fur I formation� d ports re ui Executive Order 11246 of September 24, 1965, and by r les gulati ns orders of the tary of Labor, or pursuant thereto, and will permit ac ss is books, and acc u s by the a tering agency and the Secretary of Labor f{ ses o v tlon t � to comp .awe vy k such rules, regulations, and orders. V • �/ (7) In t of the vendo on co ith t n crimination clauses of this contract or wl a of the d ry1es, regulat' orders, ract may be canceled, terminated, or ed of r In part vendor y be eclared ineligible for further Government ntracts or d ally assist uction co ra s in accordance with procedures authorized in Execu Oder 11246 mber 24, and such other sanctions may be imposed and r dl►ivoked s rd in Ex cu ' rder 11246 of September 24, 1965, or by rule, r gu ' n, or order the Secretar r, or as otherwise provided by law. he ndo�wi c ude the or ' e sentence immediately preceding paragraph (1) and the vision -aphs (1) oy(8) in every subcontract or purchase order unless exempted y rules ons, or o ers o he Secretary of Labor issued pursuant to section 204 of Executive Ord of Sept XINXI, 1965, so that such provisions will be binding upon each sub -vendor o n r. The d� t ke such action with respect to any subcontract or purchase order as h minis te g a)ncy may direct as a means of enforcing such provisions, including sanctions noncomplian 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 City of Fayetteville, AR Appendix A - Contract Provisions for Non -Federal Entity Contracts Under Federal Awards, CFR Part 200, Appendix II Last Updated: 06/23/2023 Page 2 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: ncel, terminate, or suspend in whole or in part this grant (contract, loan, insura tee); refrain from extending any further assistance to the applicant under the m with respect to which the failure or refund occurred until satisfactory assura of fu ure c li ce has been received from such applicant; a r the case t partme ice for appropriate legal proceedings. • nexempt prime 4Ar..0_1 sub-vendFo�hh include opportunity clause in each of its ^tS ■ for deposit of Government fw1Trs %nd co tW contracts and subcontra s th) Direct CCP Incorporation b�,eln ope the order. By CID to be a part ofy ac and contract requin clause whetheI 's pl�allyyNcorporatela agency and the is writ\, � Adaptation of language. �ch�ecessary_ch�ll�e la clause may be included by reference in portation requests, contracts ds and notes, and such other uA*pportunity clause shall be considered Wegulations in this part to include such a whether or not the contract between the made in the equal opportunity clause as shall be nted by Department of Labor regulations (29 CFR Part 5, e required to pay wages to laborers and mechanics at a rate not less termination made by the Secretary of Labor. In addition, vendor must of the current prevailing wage determination issued by the Department of Labor in each Xlicitation. 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. City of Fayetteville, AR Appendix A - Contract Provisions for Non -Federal Entity Contracts Under Federal Awards, CFR Part 200, Appendix II Last Updated: 06/23/2023 Page 3 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 wa Uof very mechanic and laborer based on a standard work week of 40 hours. Work in excess of the standardis permissible provided that the worker is compensated at a rate of not less than one and a half times 11516sic 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 ap c to constru '�k and pr t no laborer or mechanic must be required to work in surroundings or un rking c% io which ar ary, hazardous or dangerous. These requirements do not apply to thg p hases of supplVnigence i�aterials�' s ordinarily available on the open market, or contracts for transportati tr nsmission i d. Compliance with the Contract Work o and S et a rds Act ii. Overtime requirement '4 tractor co tracting fo art of the contract work which may require or invoZek mplo me� orer e c ics s I eq r permit any such laborer or mechanic in an L in wC he or she i on s r work in excess of forty hours in such workw s such IaborerR�mech es co s n at a rate not less than one and one- half ti s t b is ate ay far all hours in exces hours in such workweek. iii. Violati for aid ges; liqui amages. the ent of any violation of the clause set forth in parag ph (1) of t se ion the c and an be tractor responsible therefor shall be liable for the unpaid wa Ir*ad ition, su ctor and ntractor shall be liable to the United States (in the case of w fonder t the Di is olumbia or a territory, to such District or to such territory), Ifol I.Ouidated da ges. Such I' damages shall be computed with respect to each indi ' lab er or meoftnic, including en and guards, employed in violation of the clause set forth i rag (1) of n, in the ss 10 for each calendar day on which such individual was required o e tted to excess of e staTidard workweek of forty hours without payment of the overtime es requir clause �b3 in paragraph (1) of this section. ithholdin or paid igtlidated damages. The (write in the name of the Federal agency or the loan or a eciplent) all on Its own action or upon written request of an authorized representative of the e t of Labor hold or cause to be withheld, from any moneys payable on account of work perf med 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 City of Fayetteville, AR Appendix A - Contract Provisions for Non -Federal Entity Contracts Under Federal Awards, CFR Part 200, Appendix II Last Updated: 06/23/2023 Page 4 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 42 U.S.C. 7401: 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. Federal Water Pollution Control Act: Contracts in excess of $150,000 shall com i following related to the Federal Water Pollution Control Act a. The vendor agrees to comply with all applicable standards, orders orye�ulati ns iss e suant to the Federal Water Pollution Control Act, as amended, 33 U.S.C.I seq. ul' b. The vendor agrees to report each violation tome of A - tt gency or I ndlan tribal government) and understands and agrees that the (naW e state agenc ca1 or Ind government) will, in turn, report each violation as required to assure I a n to the ( m recipi t al Emergency Management Agency, and the appropriate Environmental of ion A n tonal Officer c. The vendor agrees to include t s uireme subco t ct exceed 50,000 financed in whole or in part with Federal assistance. • Debarment and Suspension (EnociOrders 1254 126 a. This contract is covered trAnsacNvdor/contr oi purposes R. pt. 1 C.F.R. pt. 3000. As such the vendor is required to ver�j that none of tks princi s (de 'ned at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F..$. § 180.9>Jar excluded at 2 C.F.Q80.940) or disqualified (defined at 2 C.F.R. § 180.935). A - D1 Tfies listed on the governmentwide exclusions in the OMB guidelines at 2 CFR 180 that implement Executive (3 CFR part 1989 Comp., p. 235), "Debarment and barred, suspended, or otherwise excluded by agencies, ory authority other than Executive Order 12549. ind 2 C.F.R. pt. 3000, subpart C and must include a covered transaction it enters into. C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart y serving as recipient and name of subrecipient), the 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 City of Fayetteville, AR Appendix A - Contract Provisions for Non -Federal Entity Contracts Under Federal Awards, CFR Part 200, Appendix II Last Updated: 06/23/2023 Page 5 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 equipme 200.216) a. Recipients and subrecipients are prohibited from obligating or expendin I n ant 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 r e contract) t u or obta' ul ent, services, or systems that uses covered telecommunications ment & vi s as a subs r essential component of any system, or as critical technolQg art of any s As desc ublic Law 115-232, section 889, covered telecommunicatid>&Nq ipment is tel ommu c equipment produced by Huawei Technologies Company orSut, r orati n y subsidiary or late of such entities). (1) For the purp c safe ZMfty of o e ment faci ' hysical security surveillance of critical In#ras 'l�eture, an o er n �i urity rp , video surveillance and teleco unic ions eA6i nt prod ytera o cations Corporation, Hangzhou HikvDkital Technolo�ompa a Te o Company (or any subsidiary or affiliate of'suchkn�Ities)Non � +� (2) drnmuor video ante s ices rovided by such entities or using such quipment.► (3) Telec di cations or 11Rveillance �ment or services produced or provided by an entity t hretary,/[D , in cons It Trwith the Director of the National Intelligence or the b. In imple executi4 su en ' servic c. See Pub d. See also 4,51il,of the Fe int Iled by, 1 e prohi 1C admiaw?e ' lo; (al Bureau of ation, reasonably believes to be an entity owned or �rwlse con the government of a covered foreign country. r Publi 5-232, section 889, subsection (f), paragraph (1), heads of gra t, or ubsidy programs shall prioritize available funding and technical ons and organizations as is reasonably necessary for those affected kslwtalions equipment and services, to procure replacement equipment and 'tions service to users and customers is sustained. r additional information. 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. City of Fayetteville, AR Appendix A - Contract Provisions for Non -Federal Entity Contracts Under Federal Awards, CFR Part 200, Appendix II Last Updated: 06/23/2023 Page 6 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. City of Fayetteville, AR Appendix A - Contract Provisions for Non -Federal Entity Contracts Under Federal Awards, CFR Part 200, Appendix II Last Updated: 06/23/2023 Page 7 of 7 CITY OF FAYETTEVILLE ARKANSAS RFQ 24-01 Water Technology Inc Supplier Response Event Information Number: RFQ 24-01 Title: Engineering a G �o ur�ces Type: Request for QklkfiNtions Issue Date: 12/10/202 Deadline: 1/9/2024 0 PM (CT Notes: The ty Fa tteville, Arltakr is re 6140 g statements of qu io ro firms ' sted i o iding engineering, arc 'tecturalnd sur sery 2024 street, drainage, bridge, w sew r, arks, er projects. Any questions rega is s c' pr all be directed to Amanda Beil u , City o ayettev Sr. Purchasing Agent at e uss fa a ev' le-ar. v 479) 575-8220. Co nfor Contact: A an ilfuss Address: P ing Ro 306 City Hall 113 West Mountain Street - Room 306 Fayetteville, AR 72701 Email: abeilfuss@fayetteville-ar.gov Page 1 of 2 pages Vendor: Water Technology Inc RFQ 24-01 Water Technology Inc Information Contact: Nicole Seibert Address: 100 Park Ave PO Box 614 Beaver Dam, WI 53090 Phone: (920) 887-7375 Email: nseibert@wtiworld.com Web Address: www.watertechnologyinc.com By submitting your response, you certify that you are authorized to represent and bind your company. Jen Gerber Signature Submitted at 11812024 08:40:12 PM (CT) Requested Attachments erber wtiworld.co Email RFQ 24-01, Engineering and Architectural §e�'ces� NSv Proposal_RFQ 24-01.pdf Please attach the signed and completed RFQ dcated i tachm along with statement of g p �� g qualifications. & �./ Bid Attributes „Qj % �10 �. 1 Addendum Acknowledgeme •`�� �� By selecting "I agree", you dg Nu�have r l� addend hat have been issued for this solicitation, if applicable. �%�► 2 1 agree A V Page 2 of 2 pages Vendor: Water Technology Inc RFQ 24-01 THE CITY OF FAYETTEVILLE ENGINEERING & ARCHITECTURAL SERVICES �. JANUARY 9, 2024 RFQ #24-01 IL T/ 0 W A T E R T E C H N O L O G Y I N C. RESPONSE TO: THE CITY OF FAYETTEVILLE ABIELFUSS@FAYETTEVILLE- AR.GOV 479.575.8220 TEAM LETTER OF INTEREST January 9, 2024 RE: RFQ #24-01 — ENGINEERING & ARCHITECTURAL SERVICES Dear City of Fayetteville Selection Committee, Thank you for inviting Water Technology, Inc. (WTI) to respond to the RFQ for Engineering & Architectural Services. We are pleased to be submitting our qualifications for your consideration and have created a thoughtful response that highlights our capabilities and qualifications. Together with our partner, Ballard*King, we are confident that we can provide superior customer service and insight into the planning and feasibility for the future of Fayetteville Parks, more specifically the beloved Wilson Park Pool. This team's collective and shared experience with planning, operations, financial assessment/modeling, and beyond is unparalleled, with a large portfolio of renovations and replacements where budget and future -proofing were paramount to the succes f the project. WTI completes 150-200+ aquatic projects of all shapes, sizes, and venues each year and ell -versed in the challenges that communities face as they begin the journey of evaluating the present and looking toward the e. WTIr'sXeam has critical experience in the following areas that will be of benefit to the overall feasibili d lanning of Fa tt Ile Parks: • Projects of a similar size and scope — Dozens, if not hundre of ojects vc ith inher �I ges from the associated constraints of the existing, aging pool and site. `� • Projects that take a cost-conscious approach toe ' -cycle a and f pments and additions • Projects where park maintenance and operations f mind — focuse�tect decisions that positively impact operations, efficiency, and longevity. Through our review of the RFQ, we understan t ere a s that i y i he City of Fayetteville, and we are confident that we can bring insight ht an d anion to these s of foc of th t c we understand are important to ei p you are: � • Specialized experience and omp nNA firm wi t to the t o rofessional services required -- our team specializes in aquatics an easibi ity; de tanding the n worn t o independent firms to deliver unbiased information and insight. • Capability and capacity of the firm m the w it tion i s cialized services, within the time limitations fixed for the completion of the project -- u e m as a s f more than e, solely in aquatics and with Ballard*King's support, we're confident that we can t eve a most gre ive of schedul . • Past record of performan of firm with$r ec to suchf4c s quality of work and ability to meet schedules and deadlines — We have' u ariety of Aces a ct �f Bets, but this is just the beginning! We're adept at creating memorable design ding solutionsucati o clients all on a schedule. • Firm's proximit o iliarity it Urea i I the project is located — our team has performed over a dozen projects in Arkansas and has innate un g of I ate codes. We also have active projects in Arkansas currently and are regularly in the area for mew 'te visits. We understand that this is the fiat step in a significant process, and you should feel comfortable and confident in your consultant team. We'd love to talk with you more about how we can be partners and advocates for you in this important process. WTI was founded on the belief that aquatic recreation can bring people and communities together and we are pleased to offer you our proposal to accomplish this. From the entire WTI team, thank you for the opportunity to share our qualifications and experience and we look forward to working collaboratively with the City of Fayetteville team! Respectfully Submitted, Jennifer Gerber Vice President, Strategic Partnerships & Operations Mobile: 763.360.0594 jgerber@wtiworld.com W T/ THE CITY OF FAYETTEVILLE REQUEST FOR QUALIFICATIONS ENGINEERING & ARCHITECTURAL SERVICES I RFQ #24-01 3 WATER TECHNOLOGY, INC Firm Overview The WTI team is a highly qualified group of individuals comprised of creative architects, landscape architects, engineers, designers, business developers and administrators, all with a passion for aquatics. Together, we combine our talents to develop original, aquatic facilities from concept to reality. In addition, WTI maintains solid relationships with other consultants and contractors and continues to set the standards in the aquatic industry across the United States and around the world. PHILOSOPHY Water Technology, Inc.'s (WTI) creative energy and passion embraces the philosophy that aquatic recreation completes communities and makes them a better place to live. COMPANY DETAILS _VK • Established in 1983 • Largest Aquatic Design Firm in ort erica, ff of 65+ • Quality Co Implementatio • Collaborati Te Proceso • Internati nal folio • Sperri quatic P nalsa tive Team 5 v tect D*,vq Trent (4) • (S*tion dNe nning and philosophy o-wa arl rocess between WTI and client 1r orw loo g designs that support dynamic community programs • 150 Q TIC Projects Per Year al database of cost estimates and realistic timelines (TE E PORTFOLIO OF PROJECTS OF VARYING VENUES • Waterparks • Therapy and Wellness Pools • Resort and Hotel Pools • Schools and Universities • Competition Pools • Faith Based Community Centers • Water Playgrounds • Public Facilities Locations HEADQUARTERS TEXAS t._ 100 Park Avenue 6636 N Riverside Dr., Beaver Dam, WI 53916 Ste 500B T. 920.887.7375 Fort Worth, TX 76137 T. 682.708.7007 WWW.WTIWORLD.COM W T/ THE CITY OF FAYETTEVILLE REQUEST FOR QUALIFICATIONS I ENGINEERING & ARCHITECTURAL SERVICES I RFQ #24-01 1 FIRM PROFILE Established in 1992, Ballard*King & Associates, LTD (B*K) is a recreation program, planning and operations consulting firm that provides services and expertise to the recreation and leisure industry. Through our commitment and collaboration with community leaders, staff, stakeholders, elected officials, and corporate partners, we have developed loyal and long-term relationships with a variety of both public sector and private agencies to inspire and gage their constituents. Our vast practical experience in the re industry enables us to guide clients through the challenges of pings ategies, feasibility studies, asset <intAc44ning gement, fun ech and opening, operating and rec n parks, II sand services. From pinpointincs to* a visions, Ing & Associates provides mga gful analys �t 1pughtful its eration, expertise and services t s r the to - s ity and success of your project. W ve t at a coll o tive approach to consensus buildi rd*Kis I nuccesly navig e with you to meet the uni Hen s r projle munit future. We specialize i oping t plapg me ss ess operations into i ing busines del � )s coian�s Ballard Asso as achieved over 30 years bf s ssNby listen' d coa n our clients, and realizing that eac II nt's ne spe c d unique. We have completed eA recre cility Dr in 50 states, and we have working rionsh' s ore rchitects from coast -to -coast. We are ffquently ited to sp state and national industry conferences nd hgw_be n honwed be the recipient of five Athletic Business F"F d for st Ballard*King & Associates is our reputation of being *end s ng ethical character. Our top concern is the client's we have a keen awareness of the impact a sports or recreark or facility has on a community and subsequently the department that operates it. Thanks to our extensive field experience we are able to provide assistance with practical tools, an uncommon ability to see the overlooked and view your project from a wealth of expertise and knowledge. We aim to help our clients see the full potential of their project by providing trustworthy services to achieve their goal. BAT J,ARI)*KING & ASSOCIATES L T O W T/ THE CITY OF FAYETTEVILLE REQUEST FOR QUALIFICATIONS I ENGINEERING & ARCHITECTURAL SERVICES I RFQ #24-01 K ADVANTAGE ' B*K BRINGS TO EACH CLIENT AND PROJECT: • Our vast planning, managerial and operational experience with aquatic / and recreation facilities, from conception through operation. • Our direct experience as aquatic facility operators and subsequent programs and services to the public. • Our knowledge and understanding of agand recreation trends and operation considerations from a Nat' I pective. 0 • Our knowledge of the public participati rocess nd experience in facilitating this proc • Our experience w in on sirpil r cts. • Our strong�c mitment to r�entin �t's best interests in all projects th roven, pr ct' exp i n providing independent third-part&Yial a a SEL&eZV PRAJ i • � 1 Smith, AR ,on, TX Community Center (RJKCCC) 'Emaso 12"Vaster I 246bsiness Plan, El Paso, TX Geor to Aquatic Ce Feasibility Study, Georgetown, TX s mat a aC�unty Aquatic Park Feasibility Study, Bay City, TX ss ity P In or Aquatic Center Feasibility Study, University Park, TX 6-ryviI.111e ua Center Feasibilit Stud , Mar ville, TN Y Y Y `Aqu o ryland Heights, MO Excelsior rings Community Center Aquatics Study, Excelsior Springs, MO North Kansas City Community Center, North Kansas City, MO The Edge Aquatic Center, Ellisville, MO Sunset Hills Community Center & Pool Study, Sunset Hills, MO bl7 $ALLARD*DING & ASSOCIATES L T O W T/ THE CITY OF FAYETTEVILLE REQUEST FOR QUALIFICATIONS I ENGINEERING & ARCHITECTURAL SERVICES I RFQ #24-01 3 BENTONVILLE COMMUNITY CENTER Bentonville, Arkansas It�... _ UI '� 1C rr�'Ilill IIT -`� OWNER WTI tea e ith B k ker Sea at Itects and Ballard*King in City of Bentonville con c g a stud for the i of BentoNLIle. WTI was responsible for Parks and Recreation Department t ning, i�»d en An the a `portion, which consists of 305 SW A Street pools ody slide �ce erat t. The three pools desired Bentonville AR 72712 b the comr u as d t throulh�� input, include a warm water isur rogram pool, t tition pod"g whirlpool. The competition pool COMPLETED an i oo$will be separ fir the leisure/program pool, utilizing 2014 a an arent buil II to p o a e of phasing these amenities and the ortunit f rgy sav h different water and air temperatures, WEBSITE Tiile allo .nAr pool a independently. Features that will enhance www.bentonvillear.com o� erati s cess .. c derwater pool lights, easily accessible stairs in water less an 4'-0", in-w 1 teps, or a combination. There shall be one means otelfti that m etA Guidelines for each pool. g ra �ig ong all ages as a popular recreational activity and 1�4bining pe %ve and leisure components into one facility helps create artners 'p t t includes a full spectrum of activities that complement each other w AMENITI Indoor Leisure Pool with Zero Depth Entry, Water Play Structure with Dumping Bucket, Slides and Interactive Features, a Current Channel with Underwater Bench, Three Lap Lanes and Handicap Lift, and Water Basketball 10 Lane, 25 Yard x 25 Meter Indoor Competition Pool bIndoor Whirlpool bk BALLAftU>kKING ,,SS011,-S.S LTD W T/ THE CITY OF FAYETTEVILLE REQUEST FOR QUALIFICATIONS I ENGINEERING & ARCHITECTURAL SERVICES RFQ #24-01 4 BENTONVILLE OUTDOOR AQUATIC FACILITY STUDY Bentonville, Arkansas T'T'T'TPT I:I I I I I I�I I I I I II I I I I ICI I I I I I:I I I I I I ICI I I I I OWNER In 2015, h ew st e-art, indoor,4&Amunity recreation center opened City of Bentonville its o or the ci ' Bent it Arkansa The recreation center was Parks and Recreation Department atten d ulckly comm aple; Bentonville even 305 SW A Street ed thei%o I lionth j t th after their grand opening. Bentonville, AR 72712 e overwhelm co ponsal t ity of Bentonville to begin e pr ess of mastery i some o pace for additional aquatic MASTERPLAN COMPLETED co JtIN thd recr pportu 2018 F g the su the in11 munity recreation center, Water N-To1 Ch ology, I was ex ' be involved with a repeat client to help in WEBSITE visio d Ian i e for future aquatic amenities in Bentonville. www.bentonvillear.com gethe the com preferences were identified and there was a focus on sp e competition d training as well as a segregated community rEocr ti area. Jh something for all ages and abilities in the leisure area e zerenhge �fitry, to the lazy river, to the deep water for activities, this s surf ur Bentonville in outdoor aquatic recreation. The waterslide J�nnplex f tur a raft ride and a new SlipStream Standing Waterslide, one of ►the firs kind in North America. AMENITIES 3,421 SF - 6-Lane x 25-Yard Training Waterslide Complex Featuring a & Competition Pool with 2, 1-Meter Raft Slide and SlipStream Standing Diving Boards Waterslide 12,363 SF - 8-lane x 50-Meter Competition Pool 4,921 SF - Lifestyle Leisure Pool with Spray Zero Depth Entry and Interactive Play Unit 4,668 SF - Lazy River and Splash Down Pool W T/ THE CITY OF FAYETTEVILLE REQUEST FOR QUALIFICATIONS I ENGINEERING & ARCHITECTURAL SERVICES I RFQ #24-01 5 CITY LAKE POOL High Point, North Carolina r Now OWNER City of High Point 211 S. Hamilton Street High Point, NC 27262 point of the park, was known to n In 1935. Since the 1940s, on the local, state, regional, activities were held at the pool COMPLETED east fNe4obcre d t2018, tfTgouncil to i�'�cal look at the future of the 2018 -Evaluation es pa oldest p n eir system. Revitalizations to the park 2019 -Full-Scope Design w e erred nec meet I re sed recreational demand and the large 2022 - Construction Complete shi emogra mphasi �s)laced on the importance of preserving the May 2023 - Grand Opening rk's heri g . VVV ater T to , Inc. ( hired in 2018 to perform an aquatic evaluation WEBSITE of the exis pool that as ed its functionality and future recreational impact. www.highpointnc.gov FQllo I i the eva1u the pool systems were deemed non -operable, and the ally cl �d19. With support from the community, a $9.5M bond AMENITIES �dum sNsed in 2019 to restore the aging park. WTI was contracted for 9,808 SF 8-Lane, 5 r Competit'o full-sc a sign and engineering of the new and improved aquatic center. Key Pool sign era Ions included accessibility, functionality, historical preservation, Basketball Hoop and I rational appeal. To maxim a programming opportunities, the existing pool was transformed into 5,595 SF Lifestyle Pool two pools — a 50-Meter Competition Pool and a Leisure Pool. The new leisure Interactive Play Structure pool features zero -depth entry with an interactive play structure and water table for Interactive Water Features optimal play opportunities. New to High Point Aquatic Center is a current channel, a Geysers multi -programmable amenity that caters to several user groups. A brand-new splash pad parallel to the competition pool is equipped with a Life Floor safety flooring solution that is slip resistant for safe aquatic play. Numerous ground sprays provide a unique play element while enhancing the aesthetic of the park. The original two waterslides have been refurbished and a new dual waterslide was added to the multi -slide complex providing a thrilling and competitive racing experience complete with a timing system that is unique for historic recreation facilities of this nature. Shade pavilions, strategically placed around the pool deck, provide comfort away from the hot summer sun. City Lake Park Aquatic Center features an array of modernized and lasting aquatic amenities with revamped mechanical systems, infrastructure, and support spaces that the High Point community will be able to enjoy for decades to come. W T/ THE CITY OF FAYETTEVILLE REQUEST FOR QUALIFICATIONS ENGINEERING & ARCHITECTURAL SERVICES I RFQ #24-01 6 GARDEN RAPIDS AT "THE BIG POOL" departments/big-pooh lazy river ana Interactive play structure, ana a separate toaaler waaing pool ana splash ground. Part of the rejuvenation of The Big Pool was to re -brand the facility and the citizens voted on the name Garden Rapids at "The Big Pool." After a brief 255 days of construction, the revitalized park opened to the community and was met with an incredibly warm reception. The average weekday park attendance is 900 and the average weekend attendance is 1200. The community is thrilled about the new legacy of "The Big Pool' for the future of Garden City recreation. Following a successful first summer season, the park was awarded the prestigious Leading Edge Award by the World Waterpark Association. Garden Rapids was the only municipality featured amongst the international commercial waterpark heavy -hitters, which is truly a testament to the unique innovation of this incredible facility. W T/ THE CITY OF FAYETTEVILLE REQUEST FOR QUALIFICATIONS ENGINEERING & ARCHITECTURAL SERVICES I RFQ #24-01 7 CLARKSVILLE COVE AQUATIC CENTER RENOVATION Clarksville, Indiana OWNER Clarksville Parks and Recreation 2000 Broadway St., Suite 221, CI k II IN 47129 P WTI whirl c rigin d ' er forth CI ille Family Aquatic Center facility its I 995. T e ool was I loved and cared for but by ii6c d in tD*,.,, is industrpW 'n guest expectations. ar svl e, own ofW"arl ville ParkX'&Recre DWartment contracted WTI to COMPLETED aluate the a ing o� Imming* Ility at the Clarksville Family 2017 quat ent and to 4ii Clarksville Parks and Recreational B in ding outl' fiool structure, water systems and AWARDS I FEATURES h in for the fa dres deficiencies could be corrected, V,%(, i�d d4iner a promuse. In July 2015, the Clarksville Award of Merit -Athletic Business devemml e to help fund the project as part of the South Association arksvevelop nt n. The changes made to the Aquatic Center WEBSITE result� operatincsts and energy/water usage and added additional pie (eatjlres an4a ties for their guests. www.clarksvillecove.co I um Noity_Jhile T, Clarksville Cove proudly opened the newly rejuvenated, sign the main pool was reduced in size to create space for swi a lessons, the focus of the renovation involved the construction of a I d complex with zones for tots, intermediate age users and a large AMENITIES activity ce for the oldest swimmers -at -play. Run -out troughs were added to 3,461 SF Lap Pool - 6 lane, y rd the flume slides, which were retained from the original park features. From 2015 to 2017 (first full summer in operation): 5,611 SF Splash Pad with 3 Zoned 0 Attendance increased by 12% Amenity Areas Including: . Total sales increased by 30% (3) Splash Pads (21) Geysers . Concession sales increased by 20% (2) Spray Tunnels (8) Puddles 0Daily admission revenue increased by 29% (2) Carronade (3) Daisy Mae . Annual pass revenue was up 59% (2) Team Effect . Total number of guards was decreased from 30+, down to only 9 Discovery Stream Play Structure with Tot Slides Birthday party attendance increased 263% with the renovated birthday party Group Volcano area in the aquatic center Bubble Trouble WTI was proud to be part of the re -imagining of Clarksville Cove and to witness Run -Out Tube Slide & Body Slide how this success story is shaping aquatic recreation in Clarksville for users of all ages and abilities. W T/ THE CITY OF FAYETTEVILLE REQUEST FOR QUALIFICATIONS I ENGINEERING & ARCHITECTURAL SERVICES I RFQ #24-01 8 CHERRY PARK POOL RENOVATION Weatherford, Texas OWNER City of Weatherford 303 Palo Pinto Street Weatherford, TX 76086 AWARDS / FEATURES V Recreation Facility Design, Class II TRAPS North 2019 b bk BALLAftU>k LING & ASS011,I6S LTD een an aqua stitution in Weatherford ever since he o I s origina going to be built in 1944 of t volvem INWorld War 11. The pool e► n 4 70 ears later, the City of Y � Y renovat- a rupdated facility that will serve asure to GANth the citNul"derstand the needs of their growing and e, an reative and affordable design solutions ap bring e ,*en to their aquatic facility. The original pool 9 ved erIturally-sound and was kept intact; in fact, �ering tea ned a pool within the existing pool shell to reduce p pn expense.. construction team was then able to dig around congW of shell and add new plumbing; additional concrete was Je Xpo hell to build within it. The new pool features 6 lap lanes d o-depth entry area with a play structure. This multi -purpose ,s ce for lap swimming to take place concurrently with family ash hours for younger users. Additionally, a small spray pad was e site for added recreation opportunities for families visiting Cherry Shannon Goodman, Director of Parks, Recreation & Special Events for City of Weatherford said, "This will kind of revitalize it and bring a lot more energy back to the pool and a lot more people using it again. I think it will be really good for the community, and it is our only public pool so we're trying to do what we can to keep it." WTI was proud to bring some energy and excitement to this historic and beloved facility in the heart of North Texas. AMENITIES 6,801 SF Lap Pool with 6 lap lanes, Small Splash Pad features dumping starting platforms, Two 1-Meter bells and ground sprays. springboards, drop slide, basketball and attached zero -depth entry leisure area with geysers and play structure. W T/ THE CITY OF FAYETTEVILLE REQUEST FOR QUALIFICATIONS I ENGINEERING & ARCHITECTURAL SERVICES I RFQ #24-01 9 SOUTHSIDE PACE FIRETRUCK PARK POOL Hnllctnn Taxac W T/ THE CITY OF FAYETTEVILLE REQUEST FOR QUALIFICATIONS I ENGINEERING & ARCHITECTURAL SERVICES I RFQ #24-01 10 THOMPSON PARK POOL Amarillo, Texas OWNER City of Amarillo 601 S.Buchanan Amarillo, TX 79101 COMPLETED 2021 WEBSITE www.amarillo.gov After a cloioI4 iW8"afte ctural he new nter receive e surNrd%iliown l and aterSc . TQxauatic e fun ert ce ithin t w rool to com * XY � Pa community survey, the City of ie 87-y r-old Thompson Park Pool. safe and to the community due tdoor community aquatic azy river, zero -depth entry i a brand-new concession area has made possible when the City igation. It is now considered the largest fr cility a peal to citizens beyond the Amarillo city limits Vf ndin anhandle region, bringing more tourism to the lik*el like this is eat thing for the community and hopefully, long - to SPyeJS4 bit of economic development in this area," stated by jShL1 E5wftor of Parks and Recreation. I on nction with a local architect to create a facility that fulfilled L -ect udget and community feature requests. The Thompson Park es providing aquatic entertainment for visitors of all ages for years AMENITIES 6,049 SF Leisure Pool Zero -Depth Entry Sun -Shelf Deck Spray Feature 3,343 SF Lazy River With Vortex Pool Two Run Out Slides Party Pavilion Two Pool -Side Basketball Hoops Toddler Water Table and Play Features W T/ THE CITY OF FAYETTEVILLE REQUEST FOR QUALIFICATIONS I ENGINEERING & ARCHITECTURAL SERVICES I RFQ #24-01 11 ADVENTUR Abilene, TX E COVE AT ROSE PARK v OWNER After appro ers in th 20 and election, the City of Abilene Cityof Abilene offi II roke r the $ renovati to the Rose Park Aquatic g q 555 Walnut Street . The it bee A h re was ne in pool attendance, and Abilene, TX 79601 togletl mmun e perately� a littl I breathed into their aquatic . •� COMPLETED wit*ithe pri ect, W Rid diligently to deliver a unique, 2017 -Full Park Design tl e n won -bud tic facilit would meet the needs and exceed 2019 - "Red Racer" Slide Add iti th r ms of A �sident rand opening in June of 2017 there g P 9 V aline ou rand I �t smiles as the residents of Abilene of AWARDS / FEATURES itfirs a ne dell' ed and themed facility of "Adventure Cove 2019 -Dream Design -Aquatics at Rose k". Using th footprint as the old Rose Park Aquatic Center, International WTI rke closely, th t architect and the City of Abilene to create various WEBSITE &(,�i t and I L ensure that all of the critical components would fit park wo for Adventure Cove was completed on an accelerated www.abilenetx.com 4in ' si in earl 2016 groundbreaking in June 2016 and rand 9 Y 9 9 9 enne 017. Whdees are looking for thrills on the Big Blue or Green Monster Nd' watemore relaxed day in the sun at Stingray Bay, or enjoying the Q. meandering Lazy River, there is truly something for every age, ability and interest at Adventure Cove. 2018 was the first full summer of operation for Adventure Cove and they were able to host nearly 50,000 guests and they have been able to boast 75-85% cost recovery for the facility. After such a great first year they are already looking to expand the facility to include a larger lazy river and a third waterslide. The new waterslide made it's debut in Summer 2019 at Adventure Cove. WTI is excited to be involved in the continued development at Adventure Cove. AMENITIES Leisure Pool Lazy River 3,449 SF Water Surface Area 4,114 SF Water Surface Area Zero Depth Entry Raining Buckets Slides Cascade Body Slide Frog Tube Slide W T/ THE CITY OF FAYETTEVILLE REQUEST FOR QUALIFICATIONS I ENGINEERING & ARCHITECTURAL SERVICES I RFQ #24-01 12 H20'BRIEN POOL Parker, Colorado OWNER Town of Parker 20120 E Mainstreet Parker, CO 80138 COMPLETED July 202 AWARDS I FEATURES Aquatic Design Portfolio Athletic Business, 2021 WEBSITE www.parkerrec.co Pool �d� impr em R�f and r ansulta gslde th* e s beloved counit ` endance within the last seven years aging he facility and the prominent r Tec , Inc. (WTI) was hired as re(% ker Rinker Seacat to restore kin to cRnsideratid xistin Tke design team was faced with alle a of ens at the f t ' t of the new play structure, deemed e t fit for th e# is req of the existing structure, fit within the 12p Int of th - g pool reful consideration, a hybrid Kaledioscope d Gra,4an tivity e selected. The design process was iks to Wa a Interactive Concept Designer, an advanced that was us etween the design team and Town Officials to d``%i� design elements. 5nl�io�vaattion consisted of the new Activity Tower with two tot �es several interactive play features such as a Sky Soaker tvump ck ), Waterfall 2, Water Weaver 3, Aqua -Knot, Funbrella, Misty Twis ore creating the ultimate universal play experience. A leisure pool wi ro-depth entry and 4-lap lanes provides opportunities for all users regardless of age. After a quick turnaround, with the renovations completed during the off-season, the H20'Brien was set to open Memorial Day Weekend 2020, however, COVID-19 Pandemic delayed the opening until July 2020. "It's been packed pretty much nonstop," said Bryan Gentilini, the town's recreation supervisor for aquatics. "As soon as it hit the 80s, it's been packed every day." AMENITIES 7,382 SF Leisure Pool Play Structure with Two Child Slides Zero Depth Entry 4 Lap Lanes Interactive Water Features Dumping Feature Variety of Sprays W T/ THE CITY OF FAYETTEVILLE REQUEST FOR QUALIFICATIONS I ENGINEERING & ARCHITECTURAL SERVICES I RFQ #24-01 13 SAR-KO-PAR AQUATIC CENTER Lenexa,Kansas OWNER City of Lenexa 17101 West 87th St. Pkwy Lenexa, KS 66219 COMPLETED 1996 - First Renovation 2022 - Second Renovation & C Enhancement 2024 - Estimated Construction Completion WEBSITE www.lenexa.com ftes Iat Tf, WT modernize the aquti�, -fmcnf Trails Park was originally built ,Nunity since. In 1996, Water Ff renovations. Nearly 3 prime architect to enhance uture of Lenexa's aquatic u ' Tnput, global market demands, The aquatic center creates optimum e open water and attractive amenities while the park and enhancing the overall user The 0@6ignIt compr* ed oTfwo pools with a multi -generational appeal that can t date Ot ted programs such as learn to swim, recreational swim tea ,late itness activities, aquatic events, and party rentals. The ,7ve ols co exist in the same operational environment which will have y g b nefits and allows each pool to operate independently without imp i operation of the other facility components. The mul se lifestyle pool consists of a zero -depth entry with a passive play area and an active spray play zone that links the shallow water to the current channel and presents recreational and wellness opportunities for all age ranges. The 8-lane, 25-meter competition pool is intended for water aerobics, competition and training, recreation, lap swimming, diving, deep water activities, and learn to swim. It also features a 30-foot tall slide tower that terminates into the plunge pool area. Ample shade and deck space are available creating an elevated guest experience. Groundbreaking for the $15M renovation is anticipated to begin in 2023. AMENITIES 7,377 SF 8-Lane 25-Meter Competition 11,341 SF Current Channel Pool Zero -Depth Children's Pool (2) 1-Meter Diving Boards Interactive Play Structure Lb*j (1) 1-Meter Diving Boards Geysers BA aING A S S 0 C IATes LT W T/ THE CITY OF FAYETTEVILLE REQUEST FOR QUALIFICATIONS I ENGINEERING & ARCHITECTURAL SERVICES I RFQ #24-01 14 VFW AQUATIC CENTER De Pere, Wisconsin qN .Z OWNER After seter years, inal VFW poo,DePere suffered from extensive City of De Pere amq(in% dama e Cit�� Pere beg searching for funds for a new 925 S. Sixth Street c�-ente h I recei\,* n ndanc pport. "The referendum De Pere, WI 54115 d over I gly, s e for munity wants. We're here f r the quality e. Th �ity said s __ need for us" says Marty COMPLETED sobbLcki, Director of►P s RecreatiForestry. Plans for the new 2021 a titNnt& had ) n e work years before coming to full fruition. s hired al the a f record to assess the existing aquatic AWARDS FEATURES fgyR I and inc,Wp e feedba the design from key stakeholders which Outstanding Facility Design and as gath edr gh p is e Ings and interviews. Several renderings Renovation and bu were prep presented before the City approved the final Wisconsin Park and Recreation rendering budget. Association, 2021 d eaki7.14 Million aquatic facility took place in July of 2020. WEBSITE �1te the,2 1 andemic, the project stayed on track with little to no www.deperewi.gov s. B o 021, the final touches were being put in place and the �i _ uaticQe�er o ened to the public on Saturday, June 12th, just in time for some The 5,3MSF VFW Pool is the perfect beat -the -heat summer destination. It is equipped with a lap pool, a zero -depth entry leisure pool, diving boards, climbing wall, basketball hoop, water walk, drop slides, and a tot area for the little ones. In addition, it features a 6,150 SF bathhouse with bathrooms and changing rooms, office and guard spaces, first aid, entry lobby, meeting rooms, and concessions. There is truly something for everyone to enjoy at this family -friendly aquatic destination located on the west side of the city. AMENITIES 5,300 Leisure Pool 1,800 SF Wading Pool with Zero Depth Lap Lanes Entry Diving Boards Play Structure Activity Zone Interactive Water Features Water Walk Drop Slide Body Slides with Runouts Water Basketball Climbing Wall W T/ THE CITY OF FAYETTEVILLE REQUEST FOR QUALIFICATIONS I ENGINEERING & ARCHITECTURAL SERVICES I RFQ #24-01 15 DOUGLASS WH TEAKER President EDUCATION Bachelor of Arts, Chemistry and Biology Luther College PROFESSIONAL AFFILIATION,' Construction Specifications Ir (CSI) National Recreation and Park Association (NRPA) Themed Entertainment Assoc (TEA) / EXPERIENCE 19 Years with WTI 50 Years in Indust 30% Availability Douglass G. Whiteaker, President and Principal of Water Technology, Inc., has extensive knowledge and experience in the aquatic industry. He is dedicated to the planning, design, engineering and construction of aquatic facilities, and his engaging personality helps to facilitate a two-way sharing process with our clients. Doug helps the team to understand unique project demographics and public needs which ultimately results in team ownership of the project, producing the ultimate in project excellence. He excels in managing integrated project delivery teams, and his hands-on management abilities energize effective collaboration. Ultimately, his goal is to ensure that the needs and expectations of the client are exceeded. Mr. Whiteaker leads projects of great diversity in size, scope and function including colleges and universities, athletic and wellness centers, YMCA's, community developments, family aquatic cen rs, and waterparks. Renowned for his knowledge of recreational water tr systems, he provides insight into emerging technologies for pristine w ality. His academic background in biochemistry and decades of practic�al�, fence i the design and construction of a is facilities pro► be an i le resource. FEATURED PR J + O CottonwoQ munity R t n Ce �nwood, AZ* Morenci nity Cent - orenci, Phoeni S Mo t%oc Center - nix, AZ* The ff Aqua agstaff A * .& — F�r Cen& =��CO* L1►` 75dy - Broomfield, CO* enver, CO* 1Rs Ranch, CO* - Meeker, CO* Plaser I ?Wreatio 'NO Fraser, CO* Gunnison ommunity to - Gunnison, CO* Hatfi Chi son Re enlor Center - Loveland, CO* 00W. C �e r ecreation Center -Thornton, CO* 6 Ridge atlon Center -Wheat Ridge, CO* lan '� Fa ily YMCA - Woodland Park, CO* n tainRecreation Center - Basalt, CO LeM & Recreation Facility - Le Mars, IA Ray an an Kroc Corps Community Center -Coeur d'Alene, ID* Waterpark Design and Big Pool Replacement - Garden City, KS* Blue Springs Community Center - Blue Springs, MO* Las Cruces Regional Recreation & Aquatic Center - Las Cruces, NM* Albany Family YMCA - Albany, OR Bandon, Oregon - Community Swimming Pool - Bandon, OR East Portland Community Center - Portland, OR* Portland, OR Washington Monroe Community Center - Portland, OR West Linn Aquatic Center - West Linn, OR* Salem, OR - Salvation Army Kroc Center - Salem, OR* Eastside Park Master Plan - El Paso, TX* The Rec - Grapevine, TX* Federal Way Community Center - Federal Way, WA* Snohomish Aquatic Center - Snohomish, WA* Haselwood YMCA - Silverdale, WA Lynnwood Recreation Center - Lynnwood, WA* *Project included feasibility study component W T/ THE CITY OF FAYETTEVILLE REQUEST FOR QUALIFICATIONS I ENGINEERING & ARCHITECTURAL SERVICES I RFQ #24-01 16 JEN GERBER Vice President, Strategic Partnerships & Operations Jen has a solid understanding of the aquatic recreation market with a strong emphasis on strategic consultant teaming and business development planning; this focus leads to successful design teams. Her in-depth knowledge of the aquatic planning process gives her a unique perspective on the challenges faced by each segment of the aquatic industry in building business. Through her tenure at WTI, she continues to build strong relationships with clients, architectural firms and peers from coast to coast. Her exceptional organizational and communication skills have contributed to the numerous successful projects that WTI and its clients celebrate each year. Jen is based in WTI's Texas office and is active in many industry organizations, including state and national parks and recreation organizations, the International Association of Amusement Parks and Attractions (IAAPA) and the World Waterpark Association. Jen started with WTI 2013 and has been a key part of WTI's public sector projects, mar ketin ti sand growth in Texas. WTI is benefited by her outgoing personality, co ent to her team and passion for relationship building every day. G �oV EDUCATION FEATUR D`OJEC Bachelor of Communications and Lew' s FacilitTirk - d o on, Albert Canada Management T ater Id�IVIuI Bay M✓%p -China 0 University of Minnesota mprov cclirp e, A Minneapolis, MN ico Area Aq ' and Re I Center A orth enn Recreationc S i r Cente - glenn, CO PROFESSIONAL AFFILIATIONS uPouriyy Club gton, D Themed Entertainment Assocl n S�Fu - Naples (TEA) C outhern quaticr -Fayetteville, GA G den Ra id y t ig Pool n City, KS World Waterpark Association (W nexa Ic r - Le Public Sector Committee Indian Tr ' Aquatic Ce ar-Ko-Par Trails Park - Lenexa, KS Au 9u na Ile e A uati nter - Rock Island, IL ReIsl d YWN k Island, IL International Association f m ent le Atc a vent Center - Romeoville, IL Parks and Attractions ( 1lriedy P Ou or Aquatic Center -South Bend, IN wford rk lash Pad - Mishawaka, IN National Parks an ion lue S - Blue Springs, MO Association (NRPA) City aM Aquatic Center - High Point, NC Island PaTIR Pool - Fargo, ND TRAPS Texas Recreation a ks Mahoney State Park Aquatic Facility Expansion - Ashland, NE Association Member Grandview Heights Pool - Grandview Heights, OH Master Plan for Lou Eves Municipal Pool - Mason, OH EXPERIENCE Mayfield Heights Community and Aquatic Center - Mayfield Heights, OH 10 Years with WTI Facility Scenario Estimating - Portland, OR 10 Years in Industry Adventure Cove - Abilene, TX Southeast Recreation Center - Arlington, TX 20% Availability Generations Park at Boys Ranch - Bedford, TX Multi -Purpose Natatorium and Outdoor Waterpark - Bay City, TX El Paso Area Waterparks - El Paso, TX The REC - Grapevine, TX Keller Spray Pad - Keller, TX The Vineyard Community Center Pool - Midland, TX Tom Muehlenbeck Recreation Center Renovation - Plano, TX Byrnes Park Pool - Waterloo, IA Gates Park Spray Park - Waterloo, IA W T/ THE CITY OF FAYETTEVILLE REQUEST FOR QUALIFICATIONS ENGINEERING & ARCHITECTURAL SERVICES I RFQ #24-01 17 DARIN BARR PRESIDENT bl� Darin joined Ballard*King & Associates in 2007 after working with municipal, collegiate and private recreation agencies. During his time with B*K, Darin has completed master plans, feasibility studies, and operational assessments a provided operational and management sol numerous clients nationwide. N( rks and anon industry has sfully sPance c encies nationwide. Li -lay ch when working on tes in t of listening to stake dministr i and staff members. A key is (ping clie is utilize statistical data erstand difference between v�(8 'to jo, �'"Darin n the municipal, private, unive ' ctors, I in the parks and recreation try road c r(7and of practical, in -field and expe ombined with his experience as ant, hel pe the approach Darin brings to Oproje u erstands that each community and goalque, as is the process by which they n these 3sl .The end result is success and diversity in griarks and recreation services and programs, with I at are tailored to each community and agency. TXugT)out his career, Darin has been involved with aquatic ppe ations and programming. He has served as Senior sociate Director for the University of Missouri -Columbia Student Recreation Complex, Aquatic Manager for the Mizzou Aquatic Center, Recreation Supervisor for the Town of Pittsford (NY), and Recreation Superintendent and Aquatics Coordinatorforthe St. Peter's Rec-flex in Missouri. Additionally, he has held numerous aquatic certifications including, but not limited to: AFO, CPO and Lifeguard Instructor Trainer with both the Red Cross and Ellis & Associates. -)ELECT RELEVANT EXPERIENCE Aquatic Center Operational Plan, Conway, AR Recreation Center Feasibility Study, Bentonville, AR Aquatic Master Plan, Waterloo, IA Indoor/Outdoor Aquatic Center Feasibility Study, THE CITY OF FAYETTEVILLE REQUEST FOR QUALIFICATIONS I ENGINEERING & ARCHITECTURAL SERVICES I RFQ #24-01 18 JENISE JENSEN ASSOCIATE hk Jenise began working with Ballard*King & Associates in 2015 and brings over 30 years of experience in parks and recreation. During her time with B*K, Jenise has utilized a robust recreation background combined with data and analysis to guide clients through their projects. Her involvement with projects includes feasibility studies and operational assessments. Prior to joining B*K, Jenise he both public and private recr as Assista Recreation MN; Ice en Manage cr Administr vJ Manca r or the4Lit777F St. Pet91`94M. In Gf 'Tents x and rshi to ent rise pekence wi ac ninistrat' �acility d des ig�en Kl�ety of positions with ,n agen ies. She served for ity of Chaska, �n t Manager and o Breckenridge r tion Coordinator for *she worked for private 3eorgia and has served nc�n-profit boards. per' v h ay of operational p • s, fr 'vVsidized recreation to remit facilities. She has rations ramming, marketing and ctices r c eation facilities and multi- ents. has helped lead the approval, ovati projects in excess of $17 million, a gea t�oor and outdoor facilities. One of J e's stren I creativity and marketing, combined with he abi 'ty t reate new, interesting and successful Jrvenu 1g ting programs. Jen'spoken and presented to Town/City Councils, Cit en visory Boards, and recreation organizations, such National Recreation and Parks Association, Athletic iness, Colorado Parks and Recreation Association, and the Ice Sports Industry. She served as an Assistant Media Supervisor for the 2002 Olympic Winter Games. All of these varying roles have shaped her appreciation for the challenges of successfully navigating within a variety of leadership and organizations to reach common goals. RELEVANT EXPERIENCE Upper Macungie Community Center Operations Plan and Feasibility Study, Upper Macungie Township, PA Pembroke Pines Master Plan, Pembroke Pines, FL Beeville Outdoor Sports Complex, Beeville, TX Gladstone Museum & Special Event Market Assessment, Gladstone, MO Brentwood Market Assessment, Brentwood, MO THE CITY OF FAYETTEVILLE REQUEST FOR QUALIFICATIONS , ENGINEERING & ARCHITECTURAL SERVICES , RFQ #24-01 19 PROJECT APPROACH IT WkA e T-11 gdl III II �o i'j��"��" Parks facilities exist at many different levels of complexity, supporting vastly different levels of usership and programming. Understanding the needs of the community, the strengths and weaknesses of the existing aquatic and support spaces, and what potential aquatic enhancements will satisfy the requirements and excite the Fayetteville community is at rux of this project. Our Team has a proven track record for success when working with com that have valuable recreation assets at hand, while planning for the future — whether tha consol' ation, renovation, or replacement. *�k a' Our team has unparalleled capabilities to help ay eville n th pics that have been identified as priorities, including but . d to u andi arket, competition, demographic analysis, external impacts, ract'cerecom e ations for the future of Fayetteville's aquatics and recreation Our process seeks to take stock l curre ironm uate t ent, the priorities, planning, and dreaming for th e. Taking s k otfti facilitt ographics, needs assessments and other i factoral�part ofsic fe i equation. We provide the tools necessary to obtain do Nti cruci evelop' t right plan for the community's needs. During this time, ou tea wi e in on S&ency i ations and we'll share information on new energy -efficient systems t can oyed 4 long-term operational investments, water capital consumption, and sta 'n a quire s. There i n an up -front investment for new p q p cost-conscious systems d I provee t nece ar ackground to aid in the decision -making process. ' V ♦ Our clients are involve colla or 've and educational Planning/Concept process. We bring to ea ct a t involve e in the programming and masterplanning of aquatic facilities. Together, we or t reate a that enhances and optimizes all the possibilities. The initial planning process aquatic facility is perhaps the most important phase in determining the success of the proje . During this process, we take into consideration- programming, natural site characteristics, theming, entertainment value, future expansion, cultural considerations, sustainability, operations, budget, and capacity. We begin by helping the City evaluate their existing aquatic facilities. Then, we use our vast experience in the programming and master planning phases to identify goals and objectives for optimum user benefit within the parameters of the site (whether planning for new or renovating the existing). This provides clear direction and sound footing for the project, and it is the first step in ensuring long-term success. We're prepared to bring our team's shared experience to the City of Fayetteville in a cohesive and sophisticated way. Conceptual plans are developed and reviewed against the program requirements. A broad range of features should be reviewed for appropriateness and revenue opportunities. Opportunities and features of each conceptual plan are reviewed, and the opportunities and desired features are enhanced with a final conceptual masterplan. W T/ THE CITY OF FAYETTEVILLE REQUEST FOR QUALIFICATIONS I ENGINEERING & ARCHITECTURAL SERVICES I RFQ #24-01 20 During the conceptual planning phase, budgets are developed and modified to reflect information developed about the project. By working with the City of Fayetteville's experienced staff to carefully assess budgets, needs, and objectives, we can transform ideas into an original design including dynamic yet practical solutions for sustainable and engaging aquatic enhancements. This is also the best time to discuss new aquatic trends! We want to talk with you about the latest and greatest things that we're doing in our projects so that we can find ways to be innovative with anything new that we're incorporating into the waterpark. Now more than ever, we are seeing an unprecedented rise in the cost of construction and as your advocate, we will work to price our designs throughout every phase of the project, and we'll verify our construction cost estimates with local pool and general contractors. We understand the cost implications of every line we draw, and we can effectively correlate that i formation to the bottom line of each project we undertake. Developing and maintaining budget e ti and comparing these costs to similar projects helps our team maintain a comprehensive d ase of aquatic -related costs. We develop specifications for literally hundreds of rojects throu ut e c u t and overseas, and we use these materials on a daily basis to figure ut e most s , cost- i t budgets possible. V We're confident that our national reach anq I I touch, c Ind wit �ades of experience will serve to provide unparalleled support for I. Iy of Fa to i le in nhancing the community to be a place where people are proud t ork, ' and e ga n community. PROJECT S _D E�� •��'�. Though no project sched City of Fayetteville and ar complete the work scope ready to outline scope, dE 'work closely with the II allow for proper time to of a kick-off meeting; W T/ THE CITY OF FAYETTEVILLE REQUEST FOR QUALIFICATIONS I ENGINEERING & ARCHITECTURAL SERVICES I RFQ #24-01 21 City of Fayetteville, AR RFQ 24-01, 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:Water Technology, Inc. (WTI) NUMBER OF YEARS IN BUSINESS: 40 years HOW LONG IN PRESENT LOCATION: 27 years TOTAL NUMBER OF CURRENT EMPLOYEES: 69 FULLTIME 2 PARTTIME NUMBER OF EMPLOYEES PLANNED FOR THIS CONTRACT: 4 FULLTIME 0 PARTTIME PLEASE LIST FOUR (4) REFERENCES THAT YOU HAVE PREVIOUSLY PERFORMED CONTRACT SE R ITHIN THE PAST FIVE (5) YEARS (All fields must be completed): 1. City of Bentonville COMPANY NAME Bentonville, AR, 72712 CITY, STATE, ZIP David Wright, Parks & Recreation Dire or CONTACT PERSON 479.464.7275 TELEPHONE N/a FAX NUMBER ' dwright@bentonvillear.com E-MAIL ADDRESS 3. %�tt.y Ut %-JatuU't lLy v COMPANY NAME Garden City Sk 1 CITY, STATE, ZI Aaron Stewart, Parksn Director CONTACT PERSON 785.587.2754 b,4'rAX NUM lwaafer �, City of High Point COMPANY NAME High Point, INC, 27261 CITY, STATE, ZIP Lee Tillery, Director of P �' ^ ^^' CONTACT PERSON 336.883.3469 TELEPHONE TELEPHONE 785-587-2727 N/a FAX NUMBER aaron.stewart@cityofmhk.com E-MAIL ADDRESS `Aaron is no longer with Garden City but has agreed to remain a reference contact for services completed during his time in Garden City. City of Fayetteville, AR RFQ 24-01, Engineering & Architectural Services Page 12 of 16 FAX NUMBER lee.tillery@highpointnc.gov E-MAIL ADDRESS THE CITY OF FAYETTEVILLE REQUEST FOR QUALIFICATIONS I ENGINEERING & ARCHITECTURAL SERVICES I RFQ #24-01 22 City of Fayetteville, AR RFQ 24-01, Engineering & Architectural Services SECTION C: 2024 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: Water Technology, Inc_ (WTI) SUMMARY STATEMENT: P-oposer should provide summary information on this form by checking the areas of expertise based on experience and quallifications- This form must be completed and returned in order for your proposal to be eligible for co ideration_ Airport Natural R Conservation Pla^nirg Architecture Parks: Urb restry PI ning Bridges Pad Dedicat Con.0 tant Carbon Sequestration Analysis X ♦ a quatics I n CivillStructural Design Utility Climate Resilience Analysis tudio e Construction Administration ` Storm �anagement Drainage Design, Analysis, a i g S or water ng Ecosystem Services Anal i ♦ r ter De Electrical ♦ uctura D a Environmental Ana -�ed at �_ n, u Permitting ` ♦ Surve Environme - Ser, � Su i i ty Design Floodplain S ices a Services: Soil/Materials GISMappinE w icStudies c, tility Asset Inspections Value Engineering ` � Wastewater Design _ ` IVWastewater Management X7.'pe Design L Archie � ites i�lilbn LigMi i Master ning: Arts/Culture Master Pla ning: City/Government X Master Planning: Parks Master Planning: Streets Master Planning: Wastewater Master Planning: Water Mechanical, Electrical, & Plumbing City of Fayetteville, AR RFQ 24-01, Engineering & AMfiteCtural Seroces Page 13of16 Wastewater Modeling Wastewater Rate Studies Wastewater SSES Watershed Studies Water/Sewer Rate Studies Water Audit Seices Water Design Water Management Water Modeling Water Quality Monitoring Water Service Line Inventory Wetlands THE CITY OF FAYETTEVILLE REQUEST FOR QUALIFICATIONS I ENGINEERING & ARCHITECTURAL SERVICES I RFQ #24-01 23 Name of Firm: Water Technology, Inc. (WTI) Name of Primary Contact: Jen Gerber Title of Primary Contact: Vice President, Strategic Partnerships & Operations Phone Number 763.360.0594 (mobile) E-Mail Address: lgerber@Miworld.com 3. ACKNOWLEDGEMENT OF ADDENDA Acknowledge receipt of addenda for this invitation to bid, request for propo request for qualification by signing and dating below. All addendums are hereby made a part of the bid or cument to the same extent as though it were originally included therein. Propo /Bidders shoulcate the' t of same in the appropriate blank listed herein_ Failure to do so may(bje)Contract qualific` n. ADDENDUM NO. I SIGNATURFAlMSAWNTED NA ME%..7 A* 0SAWMACKNOWLEDGED 4. DEBARMENT CERTIFICATI •` As an interested party o ect ar equired t , e debar uspension certification indicating in compliance with the be w FederaI ive Ord . icatio one by completing and signing this form. Federal Executive Order ( .O 9 "De men t and S ee ion" requires that all contractors receiving individual awards, us' der funds,) all s b-rea is certify that the organization and its principals are not debarred, sR��rc pose rme 11le�r d ineligible, or voluntarily excluded by any Federal department orin ifs wit a eral Government_ Signature c at neith or you ipal is presently debarred, suspended, proposed for debarment, declared ineli le, or voI exclu m participation in this transaction by any federal department or agency. Questions regarding th form should be directed to the City of Fayetteville Purchasing Division. COMPANY: Water Technology, Inc. (WTI) PHYSICAL ADDRESS: 100 Park Avenue, Beaver Dam, WI 53916 MAILING ADDRESS: 100 Park Avenue, Beaver Dam, Wl 53916 City of Fayetteville, AR RFQ 24.01, Engineering & Architectural services Page 15 of 16 THE CITY OF FAYETTEVILLE REQUEST FOR QUALIFICATIONS I ENGINEERING & ARCHITECTURAL SERVICES I RFQ #24-01 24 City of Fayetteville, AR RFQ 24-01, 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 must be completed and returned in order for your bid/proposi PLEASE CHECK ONE OF THE FOLLOWING TV40 OPTIONS AS IT, V 1) NO KNOWN RELATIONSHIP C� 2) RELATIONSHIP EXI explain) I certify that; as an officoia n¢a ion, or per the IMter of certify the informationin ccdSate an!NvDd my o and Federal Equal Oppo n- n inatio 8e'rments Pursuant Arkansas Code Annotated 25-1-503. tractor aerr nc ;form tion, am duly authorized to shall comply with all State of employment. certifies that they do not currently boycott Israel and will not o!f Israel d&0a6rtirne i -Mey are entering into, or while in contract, with any public entity aassddefin n §25-1-503. f at any time AwRng contract the contractor decides to boycott Israel, the contractor us _otify the i ra ed pu, 4.c 4p yl✓in writing_ Pursuant Ark ode Annota 1-1 Cbntractor agrees and certifies that they do not currently boycott En II Fuel, Fi ea , and Rion Industries during any time in which they are entering into, or while in c act, wi lice efined in §25-1-1002. If at any time during the contract the contractor decides t ergy, Fossil el, Firearms, and/or Ammunition Industries, the contractor must notify the contracted blic 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, a -mail address, and phone number where the Cftys Purchasing Division can contact for clarification or interview request. City of Fayetteville, AR RFQ 24-01, Engineering & Architectural Services Page 14 of 15 THE CITY OF FAYETTEVILLE REQUEST FOR QUALIFICATIONS I ENGINEERING & ARCHITECTURAL SERVICES I RFQ #24-01 25 PHONE 920.887.7375 FA;,;: 866.240.7328 E-MAIL- jgerber(c Mworld.com TAX ID #: 39-1466848 UEI #: By submittinE your response. you certify that you are authorized to represent and bind your company SIGNATURE: PRINTED NAME: Jen Gerber TITI-E VP, Strategic Partnerships $ Operations r :.`E: 1/5/2024 City of Fayetteville: AR RFQ 24-01: Engineering & Architectural services Page 16 of 16 THE CITY OF FAYETTEVILLE REQUEST FOR QUALIFICATIONS I ENGINEERING & ARCHITECTURAL SERVICES I RFQ #24-01 City of Fayetteville, AR RFQ 24-01, 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: Ballard*King & Associates, Ltd NUMBER OF YEARS IN BUSINESS: 31 HOW LONG IN PRESENT LOCATION: 31 TOTAL NUMBER OF CURRENT EMPLOYEES: 5 FULLTIME 3 PARTTIME NUMBER OF EMPLOYEES PLANNED FOR THIS CONTRACT: 2 FULLTIME 1 PARTTIME PLEASE LIST FOUR (4) REFERENCES THAT YOU HAVE PREVIOUSLY PERFORMED CONTRACT SE R ITHIN THE PAST FIVE (5) YEARS (All fields must be completed): )F4. 1 City of Wateroo Leisure Services COMPANY NAME Gof Z. City fjl�c�rks & — of mnnP,aN Waterloo, IA 50701 ♦ N CITY, STATE, ZIP ` Paul Huting, Leisure Services Director iau %A� CONTACT PERSON CONT 319-291-4370 41 - TELEPHONE � ♦�P N N/A FAX NUMBER AX NU paul.huting@waterloo-ia.org ' 0V ZIP 71 .com E-MAIL ADDRESS IL DDRESS 3 City of Joplin Pak & R eatio ♦EE G ♦ 1. City of Garden City COMPANY NAME \61� ` COMPANY NAME Joplin, MO , CITY, STATE, ZI Paul Bloomberg CONTACT PERSON 417-627-8879 TELEPHONE n/a FAX NUMBER pbloombe@joplinmo.org E-MAIL ADDRESS City of Fayetteville, AR RFQ 24-01, Engineering & Architectural Services Page 12 of 16 Garden City, KS, 67846 CITY, STATE, ZIP Aaron Stewart CONTACT PERSON 785.587.2754 TELEPHONE 785.587.2727 FAX NUMBER aaron.stewart@cityofmhk.com E-MAIL ADDRESS *Aaron is no longer with Garden City but has agreed to remain a reference for services completed during his time at Garden City. THE CITY OF FAYETTEVILLE REQUEST FOR QUALIFICATIONS i ENGINEERING & ARCHITECTURAL SERVICES I RFQ #24-01 27 City of Fayetteville, AR RFQ 24-01, 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 must be completed and returned in order for your bid/proposi PLEASE CHECK ONE OF THE FOLLOWING TV40 OPTIONS AS IT, X 1) NO KNOWN RELATIONSHIP C� 2) RELATIONSHIP EXI explain) I certify that; as an officoia n¢a ion, or per the IMter of certify the informationin ccdSate an!NvDd my o and Federal Equal Oppo n- n inatio 8e'rments Pursuant Arkansas Code Annotated 25-1-503. tractor aerr nc ;form tion, am duly authorized to shall comply with all State of employment. certifies that they do not currently boycott Israel and will not o!f Israel d&0a6rtirne i -Mey are entering into, or while in contract, with any public entity aassddefin n §25-1-503. f at any time AwRng contract the contractor decides to boycott Israel, the contractor us _otify the i ra ed pu, 4.c 4p yl✓in writing_ Pursuant Ark ode Annota 1-1 Cbntractor agrees and certifies that they do not currently boycott En II Fuel, Fi ea , and Rion Industries during any time in which they are entering into, or while in c act, wi lice efined in §25-1-1002. If at any time during the contract the contractor decides t ergy, Fossil el, Firearms, and/or Ammunition Industries, the contractor must notify the contracted blic 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, a -mail address, and phone number where the Cftys Purchasing Division can contact for clarification or interview request. City of Fayetteville, AR RFQ 24-01, Engineering & Architectural Services Page 14 of 15 THE CITY OF FAYETTEVILLE REQUEST FOR QUALIFICATIONS I ENGINEERING & ARCHITECTURAL SERVICES I RFQ #24-01 28 Name of Firm: BalLwd'King & Associates, Ltd Name of Primary Contact: Darin J. Barr Title of Primary Contact: President Phone Number: 573-673-6597 (mobile) E-Mail Address: dam®bailardking.com 3. ACKNOWLEDGEMENT OF ADDENDA Acknowledge receipt of addenda for this invitation to bid, request for propo request for qualification by signing and dating below. All addendums are hereby made a part of the bid or cument to the same extent as though it were originally included therein. Propo /Bidders shoulcate the' t of same in the appropriate blank listed herein_ Failure to do so may(bje)Contract qualific` n. ADDENDUM NO. I SIGNATURFAlMSAWNTED NA MI°%..7 A* 0SAWMACKNOWLEDGED 4. DEBARMENT CERTIFICATI •` As an interested party c ect ar equired t , e debar uspension certification indicating in compliance with the be w FederaI ive Ord . icatio one by completing and signing this form. Federal Executive Order ( .O 9 "De men t and S ee ion" requires that all contractors receiving individual awards, us' der funds,) all s b-rea is certify that the organization and its principals are not debarred, sR��rc pose rme Id d ineligible, or voluntarily excluded by any Federal department orin �s wit a eral Government_ Signature c at neith or you ipal is presently debarred, suspended, proposed for debarment, declared ineli le, or vol exclu m participation in this transaction by any federal department or agency. Questions regarding th form should be directed to the City of Fayetteville Purchas ft Division. COMPANY: Ballard'King & Associates, LTD PHYSICAL ADDRESS: 3602 Snow Leopard Dr, Columbia, MO 65202 MAILING ADDRESS: 2743 E. Ravenhill Circle, Highlands Ranch, CO 80126 City of Fayetteville, AR RFQ 24.01, Engineering & Architectural services Page 15 of 16 THE CITY OF FAYETTEVILLE REQUEST FOR QUALIFICATIONS I ENGINEERING & ARCHITECTURAL SERVICES I RFQ #24-01 29 City of Fayetteville, AR RFQ 24-01, Engineering & Architectural Services SECTION C: 2024 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: Ballard'King & Associates, LTD SUMMARY STATEMENT: P-oposer should provide summary information on this form by checking the areas of expertise based on experience and quallifications- This form must be completed and returned in order for your proposal to be eligible for co ideration_ Airport Natural R Conservation Pla^nirg Architecture Parks: Urb restry PI ning Bridges Pad Dedicat Con.0 tant Carbon Sequestration Analysis ` ♦ a quatics I n CivillStructural Design Utility Climate Resilience Analysis tudio e Construction Administration ` Storm �anagement Drainage Design, Analysis, a i g S or water ng Ecosystem Services Anal i ♦ r ter De Electrical ♦ uctura D a Environmental Ana ed at �_ n, u Permitting ♦ Surve Environme - Ser �\ Su i i ty Design Floodplain S ices e ' Services: Soil/Materials GISMappina w icStudies c, tility Asset Inspections Value Engineering ` � Wastewater Design _ ` ` Wastewater Management X7.'pe Design L Archie � ites i�lilbn LigMi i Master ning: Arts/Culture Master Pla ning: City/Government X Master Planning: Parks Master Planning: Streets Master Planning: Wastewater Master Planning: Water Mechanical, Electrical, & Plumbing City of Fayetteville, AR RFQ 24-01, Engineering & AMfiteCtural Seroces Page 13of16 Wastewater Modeling Wastewater Rate Studies Wastewater SSES Watershed Studies Water/Sewer Rate Studies Water Audit Seices Water Design Water Management Water Modeling Water Quality Monitoring Water Service Line Inventory Wetlands THE CITY OF FAYETTEVILLE REQUEST FOR QUALIFICATIONS I ENGINEERING & ARCHITECTURAL SERVICES I RFQ #24-01 30 PHONE : 303-470-8661 E-MAIL- darin@ballardking.Com TAX ID #: 84-1580661 UEI #: FAX: 303-470-8642 By submittine your rewonseYou certify that you are authorized to represent and bind your company SIGNATURE: h �—, ` PRINTED NAME: Darin J. Barr TITTLE: President City of Fayetteville: AR RFQ 24-01: Engineering & Architectural services Page 16 of 16 DATE: 1 /4/2024 THE CITY OF FAYETTEVILLE REQUEST FOR QUALIFICATIONS I ENGINEERING & ARCHITECTURAL SERVICES I RFQ #24-01 /YYYY) A`oRo° CERTIFICATE OF LIABILITY INSURANCE DATE 6(MM/DD(MM/DD3 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Charles Underhill Arthur J. Gallagher Risk Management Services, LLC PHONE FAX 777 108th Ave NE vC No EXt: 425-586-1045 A/C No:425-451-3716 #200 ADDRESS: Charles underhill@ajg.com Bellevue WA 98004 INSURER A: Travelers Property Casualty Co of America 25674 INSURED WATETEC-01 INSURER B : Water Technology Inc. 100 Park Avenue INSURERC: Beaver Dam WI 53916 INSURERD: INSURER E : COVERAGES CERTIFICATE NUMBER: 1631890708 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE DDL AINSD SUBR AVID NUMBER PICPOLICY MM DDY/YYYY EXP MM DDY/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE � OCCUR 6801.1744112 6/4/2023 6/4/2024 EACH OCCURRENCE $ 2,000,000 DAMAGES( RENTED PREMISES Ea occurrence) $ 1,000,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY JE LOC OTHER: GENERAL AGGREGATE $ 4,000,000 PRODUCTS - COMP/OP AGG $ 4,000,000 $ AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY r AUTOS ONLY COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ $ UMBRELLA LIAB EXCESS LIAB OCCUR EACH OCCURRENCE $ HCLAIMS-MADE AGGREGATE $ DED I I RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANYPROPRIETOR/PARTNER/EXECUTIVE ❑ OFFICER/MEMBFREXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N/A PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. CBTWO Architects 500 Liberty St. SE Suite 100 Salem OR 97301 AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD F a W N a M a p a n o a a A n m ' C G W � 1 c C n � N it4+eG N � � m a 0o m n rnrn , 7 O 1 _ z co C [ n T `° O zrDci { O � N m 0 p Z Z 0 y 3 N `° r a 3 O s S N 7 r'p p rn arDM rn v m r) ru 2 n C N O •� a w A N P C o A z A T O fu N a cn O a oA D I r 3 �c � v w - ai V i $ § \ ■ � .0 >-N big / { & f w / 2 } ID\ % j / \ } < -n . & ) — _ [ % , n W , ; on r _ & < & $ & 4 0 ƒ \ \ \ \ \ \ \ n \ [ f y \ \ \ \ \ � § ) \ D } \ } / } ( { \) \ \ Q \ ( { a a & { } ) ) ) § ) ƒ } t § § \ j } / \ \ [ j �¢ 2 D z , . / \ / \ \ ` 9 3 \ , CD { \ / ` \ 0 \ < < { ® 4 f ) = 2 . rD 00 0 2 § ~ ^ - { - - o \ } \ \ / ® f \ S ` \ 9 § ��_ } \ a / f m 2 / / (D > EA \ { c § a M 7� 0 � 0 � � � . &mn % / > \ » f 3 ( ~ kDDmD \ § \ i 7 > CT z < > . 6 / \ ( \ / D / ® r r 7b CD ( w 00 \ \ 0 / o \ ( \ ; a / \ ƒ \ / 4 ID ) ( § 0 ƒ$�/ } � ■ N F F F F — F V F - F l w V A W N F O l w J m In A W N N O r r m fD D n m c D � d a 3 0 m m m (D T� J O O O O O O O 0 rD m m m rD D rD 3 d D ro (D m ro ro ro D D D D D D D A -0n n rD r0-r v c t�i, n O rD M. r0D rD -ID N 20 O D r-F rD N C n ^. o c tM C 6 rD r m J A X L Cl.161 W S vi (0�� Vj W 3 00 0 � � � � In .P A In In In AA lJn lJn tJi'i O W A A N m W N to N W A W B0 MN >m�, X-�- p` Z M 0 r m w 0 0 W co cw o n D n z A 0 p O T T OV m D p rc r�F (D N < rD V, v N F C N 7� T p Q N n r+ r+ rD w m rD A O CD < ID ::I - CD D m N+ (D rt W m D�a 0- 0 a A y We are an industry leader in aquatic study and design in the Midwest with a national reach. You will receive the most intimate, thorough, and honest services from Waters Edge Aquatic Design. We tailor our work to the needs of each unique community with a focus on comprehensive studies, and creating visually stunning, energy efficient, sustainable aquatic facilities that are easy to operate. r _ Since 2000 when Waters Edge Aquatic Design was founded by �k engineers passionate about serving communities through waterplay, we have continued to serve the purpose of being a valued resource for-- everything aquatics. Centrally located in Kansas City makes Waters rprn' Edge Aquatic Design an accessible, hometown firm and top trusted choice for many communities.-�,' k.: � » �mr 0 \ \ \ \ / \ k < c \ \ \ � 0 § \ k ) { r r m _ \~ � A ///\/\/ T\n \\\\\\\ \ \ \ \ \ \ \ o y m \ \ \ \ f D $ 9 ` CY % 0 ; 5 § a / \ \ \ \ \ \ \ \ $ s Q Q>> Q a 1 \ \ /)) / § \ ƒ u J � / ■ k \ h \ \ C R \ k e rD / 77 77 q /