Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout218-24 RESOLUTION113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 218-24
File Number: 2024-428
OLSSON ENGINEERING (SERVICE CONTRACT):
A RESOLUTION TO APPROVE A PROFESSIONAL ENGINEERING SERVICES CONTRACT WITH OLSSON
ENGINEERING IN THE AMOUNT OF $90,720.00 FOR THE DESIGN OF GRADING AND REMEDIATION
WORK ASSOCIATED WITH DECOMMISSIONING AND ENVIRONMENTAL CLEANUP OF THE OLD
POLICE DEPARTMENT SHOOTING RANGE, AND TO APPROVE A PROJECT CONTINGENCY IN THE
AMOUNT OF $9,072.00
WHEREAS, prior to the recent opening of the new headquarters, the Police Department had used an outdoor shooting
range located behind the City's Recycling and Trash Collection Division facility for many years; and
WHEREAS, in 2017, soil lead testing was completed and contamination was identified in an earthen embankment that
was used as the backstop at the shooting range which is only 200 feet from the West Fork of the White River; and
WHEREAS, the Recycling and Trash Collection Division proposes to remediate the site so that it can be used as part
of their compost and storage facilities.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign a
professional engineering services contract with Olsson Engineering the amount of $90,720.00 for the design of grading
and remediation work associated with decommissioning and environmental cleanup of the old Police Department
shooting range, and further approves a project contingency in the amount of $9,072.00.
PASSED and APPROVED on September 3, 2024
Page 1
Attest: �.�``1%1 114 �Eq 14.
Kara Paxton, City C erk Treasurer .• Q _`
RKAC1 �•.�J��
IV i i �0N %`��`�
CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF SEPTEMBER 3, 2024
CITY COUNCIL MEMO
2024-428
TO: Mayor Jordan and City Council
THRU: Susan Norton, Chief of Staff
FROM: Peter Nierengarten, Environmental Director
SUBJECT: A resolution to authorize a contract with Olsson Engineering for $90,720 for the
design of grading and remediation work associated with decommissioning and
environmental cleanup of the old Police Department shooting range and
approving a ten percent (10%) project and contract contingency.
RECOMMENDATION:
Staff recommends the approval of a contract with Olsson Engineering for the development of grading and
remediation design work associated with decommissioning and environmental cleanup of the old Police
Department shooting range
BACKGROUND:
Prior to the recent opening of their new headquarters, the Fayetteville Police Department had been using
an outdoor shooting range located behind the Fayetteville Recycling and Trash Collections facility for
many years. In 2017 soil lead testing was completed and contamination was identified in an earthen
embankment that was used as the back stop at the shooting range. The West Fork of the White River is
located approximately 200 ft beyond the back stop. In 2023 the Fayetteville Police Department
discontinued use of this shooting range when they relocated to their new headquarters. The Fayetteville
Recycling and Trash Collections Division seeks to remediate the site so that it can be used as part of their
compost and storage facilities.
DISCUSSION:
In January 2024, Olsson Engineering and FTN Associates were selected for interviews for the design of
remediation work at the old Police Department shooting range as part of RFQ 23-01. Ultimately the selection
team narrowly selected FTN Associates to complete the design, but subsequently FTN and Olsson
Engineering merged under the Olsson name.
The design work associated with the decommissioning and environmental cleanup of the old Police
Department shooting range includes soil lead remediation, design, bidding, construction oversight, post
cleanup documentation and post cleanup site grading design. Prior to the start of design, additional soil lead
testing and analysis will be required to determine the full area of contamination and to determine if the material
to be removed is considered hazardous; soil lead testing will also be required as part of post clean up analysis.
Design/bidding will include mapping the required remediation work area, providing a detailed narrative
description of required remediation work, and providing bid quantities of material to be treated or removed.
Post clean up documentation will include final soil lead testing results and certification that the site is ready for
repurposing. Final grading will be designed to meet specified Recycling and Trash Collections Division reuse
Mailing address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
needs. Remediation work and post cleanup documentation will be in accordance with all applicable state and
federal laws.
BUDGET/STAFF IMPACT:
The project cost is $90,720 plus a 10% project contingency. Sufficient funds have been budgeted in the
2024 CIP.
ATTACHMENTS: SRF (#3), RFQ 23-01, Sel. 9 - Contract - Signed Final (#4), RFQ 23-01, Sel. 9 - Appendix A
- Scope of Work - Final (#5), RFQ 23-01, Sel. 9 - Appendix B - City Issued RFQ (#6), RFQ 23-01, Sel. 9 -
Appendix C - FTN Associates Submittal (#7), RFQ 23-01 Sel. 9 - Appendix D - Certificate of Insurance (#8),
RFQ 23-01 Sel. 9 - Appendix E - FTN Assignment Letter (#9)
Mailing address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
== City of Fayetteville, Arkansas
y 113 West Mountain Street
Fayetteville, AR 72701
(479)575-8323
- Legislation Text
File #: 2024-428
A resolution to authorize a contract with Olsson Engineering for $90,720 for the design of
grading and remediation work associated with decommissioning and environmental
cleanup of the old Police Department shooting range and approving a ten percent (10%)
project and contract contingency.
A RESOLUTION TO APPROVE A PROFESSIONAL ENGINEERING SERVICES CONTRACT
WITH OLSSON ENGINEERING IN THE AMOUNT OF $90,720.00 FOR THE DESIGN OF
GRADING AND REMEDIATION WORK ASSOCIATED WITH DECOMMISSIONING AND
ENVIRONMENTAL CLEANUP OF THE OLD POLICE DEPARTMENT SHOOTING RANGE, AND
TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $9,072.00
WHEREAS, prior to the recent opening of the new headquarters, the Police Department had used an
outdoor shooting range located behind the City's Recycling and Trash Collection Division facility for
many years; and
WHEREAS, in 2017, soil lead testing was completed and contamination was identified in an earthen
embankment that was used as the backstop at the shooting range which is only 200 feet from the West
Fork of the White River; and
WHEREAS, the Recycling and Trash Collection Division proposes to remediate the site so that it can
be used as part of their compost and storage facilities.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to
sign a professional engineering services contract with Olsson Engineering the amount of $90,720.00 for
the design of grading and remediation work associated with decommissioning and environmental
cleanup of the old Police Department shooting range, and further approves a project contingency in the
amount of $9,072.00.
Page 1
City of Fayetteville Staff Review Form
2024-428
Item ID
9/3/2024
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
Peter Nierengarten 8/8/2024 RECYCLING/TRASH COLLECTION (750)
Submitted By Submitted Date Division / Department
Action Recommendation:
Approval of a resolution to authorize a contract with Olsson Engineering in the amount of $90,720.00 plus a ten
percent (10%) project contingency for the design of grading and remediation work associated with
decommissioning and environmental cleanup of the old Police Department shooting range and approval of a
budget adjustment.
4470.090.8900-5 314.00
Account Number
24004.1
Project Number
Budgeted Item? Yes
Does item have a direct cost? Yes
Is a Budget Adjustment attached? Yes
Budget Impact:
Sales Tax Capital Improvements
Fund
Old PD Firing Range - Decommission
Total Amended Budget
Expenses (Actual+Encum)
Available Budget
Item Cost
Budget Adjustment
Remaining Budget
Project Title
$ 100,000.00
$ 100,000.00
$ 99,792.00
208.00
V20221130
Purchase Order Number: Previous Ordinance or Resolution #
Change Order Number:
Original Contract Number:
Comments: Item cost includes 10% contingency.
Approval Date:
Contract for Professional
CITY OF Engineering/Architectural Services
FAYETTEVILLE Selection #9 — Old PD Shooting Range Remediation
IARKANSAS
Engineer/Architect: Olsson
Term: Single Project
THIS AGREEMENT (Contract) is executed this 3 day of September , 2024, by and between the
City of Fayetteville, Arkansas acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE or CITY) and
Olsson (hereinafter called Engineer/Architect or Olsson).
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 Olsson in consideration of their mutual covenants agree as follows:
Olsson 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 Olsson.
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 23-01, Engineering & Architectural Services
iii. Appendix C: Olsson's Response to RFQ 23-01
iv. Appendix D: Olsson's Certificate of Insurance
v. Appendix E: Documentation of FTN Associates, Ltd. Acquisition
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. Olsson: Attention: Curtis Nunn, PG, 3537 North Steele Boulevard, Suite 310, Fayetteville, AR 72703
4. Fees, Expenses, and Payments:
a. The total amount authorized for this agreement is $90,720 plus any reimbursable expenses attributed to
the project. Progress payments shall be paid to Olsson as described in Appendix A.
b. Olsson shall track, log, and report hours and expenses directly related to this Agreement. Invoices shall
be itemized by phase. Invoice and payment requests shall not exceed the percentage of work completed
as defined by Appendix A.
RFQ 23-01, Engineering & Architectural Services — Selection 9
Old PD Shooting Range Remediation — Olsson
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 Olsson 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 Olsson'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 Olsson 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, Olsson
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 Olsson 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 Olsson 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 Olsson 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,
Olsson will not receive a fee for work associated with the Change Order.
9. Insurance: Olsson 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, Olsson 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, Olsson 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. Olsson 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 23-01, Engineering & Architectural Services — Selection 9
Old PD Shooting Range Remediation — Olsson
10. Professional Responsibility: Olsson 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 Olsson any defects or suspected defects in services of which CITY OF
FAYETTEVILLE becomes aware, so Olsson 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 Olsson.
11. Responsibility of the City of Fayetteville: CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to
delay the services of Olsson:
a. Provide full information as to the requirements for the Project.
b. Assist Olsson by making available all available information pertinent to the assignment including previous
reports and any other data relative thereto.
c. Assist Olsson 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
Olsson and render in writing decisions pertaining thereto.
e. Review all documents and provide written comments to Olsson in a timely manner.
f. The City of Fayetteville Sustainability Director is the project representative with respect to the services to
be performed under this Agreement. The Sustainability 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 Olsson relating to construction
costs and schedules, operation and maintenance costs, equipment characteristics and performance, cost
estimating, and operating results are based on Olsson's experience, qualifications, and judgment as a design
professional. Since Olsson 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, Olsson does not guarantee that actual rates, costs,
performance, schedules, and related items will not vary from cost opinions and projections prepared by Olsson.
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. Olsson 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:
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.
RFQ 23-01, Engineering & Architectural Services — Selection 9
Old PD Shooting Range Remediation — Olsson
b. This Agreement may be terminated in whole or in part in writing by CITY OF FAYETTEVILLE for its
convenience, provided that Olsson 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 Olsson at the time of termination may be adjusted to cover any additional
costs to CITY OF FAYETTEVILLE because of Olsson's default.
d. If termination for default is affected by Olsson, 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 Olsson for
services rendered and expenses incurred prior to the termination, in addition to termination settlement
costs reasonably incurred by Olsson relating to commitments which had become firm prior to the
termination.
e. Upon receipt of a termination action, Olsson 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 Olsson 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 Olsson to fulfill contractual obligations, it is determined that Olsson 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 Olsson are suspended or delayed by CITY OF FAYETTEVILLE or by other events
beyond reasonable control, Olsson shall be entitled to additional compensation and time for reasonable
documented costs actually incurred by Olsson in temporarily closing down or delaying the Project.
b. In the event the services are suspended or delayed by Olsson, 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: Olsson'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
a. Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes between CITY
OF FAYETTEVILLE and Olsson 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
RFQ 23-01, Engineering & Architectural Services — Selection 9
Old PD Shooting Range Remediation — Olsson
omissions of CITY OF FAYETTEVILLE or Olsson 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 Olsson 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 Olsson 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 Olsson 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
Olsson for services rendered by Olsson.
19. Publications: Recognizing the importance of professional development on the part of Olsson's employees and the
importance of Olsson's public relations, Olsson's may prepare publications, such as technical papers, articles for
periodicals, promotional materials, and press releases, in electronic or other format, pertaining Olsson'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 Olsson, 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 Olsson's activities pertaining to any such publication shall be for
Olsson's account.
20. Indemnification: Olsson 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 Olsson's capacity as an Engineer/Architect, and
caused by any willful or negligent error, omission, or act of Olsson or any person employed by it or anyone for
whose acts Olsson 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
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.
RFQ 23-01, Engineering & Architectural Services — Selection 9
Old PD Shooting Range Remediation — Olsson
25-19-101 et. Seq.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for this
compliance.
22. Debarment Certification: Olsson 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.
Olsson 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. Olsson 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 Olsson as part of the Work shall become the property of CITY OF
FAYETTEVILLE when Olsson has been compensated for all Services rendered, provided, however, that
Olsson shall have an unrestricted perpetual license right to their use. Olsson 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 Olsson.
c. Any files delivered in electronic medium may not work on systems and software different than those with
which they were originally produced. Olsson makes no warranty as to the compatibility of these files with
any other system or software. Because of the potential degradation of electronic medium over time, in
the event of a conflict between the sealed original drawings/hard copies and the electronic files, the
sealed drawings/hard copies will govern.
24. Additional Responsibilities of Engineering Elements:
a. Review, approval, or acceptance of design drawings, specifications, reports and other services
furnished hereunder by CITY shall not in any way relieve Olsson 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. Olsson shall be and shall remain liable, in accordance with applicable law, for all damages to CITY
OF FAYETTEVILLE caused by Olsson's negligent performance, except beyond the Olsson 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. Olsson's obligations under this clause are in addition to Olsson'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 Olsson for faulty materials, equipment, or work.
25. Audit and Access to Records:
a. Olsson 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.
RFQ 23-01, Engineering & Architectural Services — Selection 9
Old PD Shooting Range Remediation — Olsson
b. Olsson shall also maintain the financial information and data used by Olsson 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.
Olsson will provide proper facilities for such access and inspection.
c. Records shall be maintained and made available during performance on assisted work under this
Agreement and until three years from the date of final payment for the project. In addition,
those records which relate to any controversy arising out of such performance, or to costs or
items to which an audit exception has been taken, shall be maintained and made available until
three years after the date of resolution of such appeal, litigation, claim or exception.
d. This right of access clause (with respect to financial records) applies to:
i. Negotiated prime agreements:
ii. Negotiated change orders or agreement amendments affecting the price of any formally
advertised, competitively awarded, fixed price agreement:
iii. Agreements or purchase orders under any agreement other than a formally advertised,
competitively awarded, fixed price agreement. However, this right of access does not
apply to a prime agreement, lower tier sub agreement or purchase order awarded after
effective price competition, except:
1. With respect to record pertaining directly to sub agreement performance,
excluding any financial records of Olsson;
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. Olsson 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 Olsson 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 Olsson or any of Olsson'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
awarding, amending or making any determinations related to the performance of this
Agreement, CITY OF FAYETTEVILLE may, by written notice to Olsson 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
RFQ 23-01, Engineering & Architectural Services — Selection 9
Old PD Shooting Range Remediation — Olsson
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 Olsson as it could pursue in the event of a
breach of the Agreement by Olsson. 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 Olsson
incurs in providing any such gratuities to any such officer or employee.
28. Clarification and Understanding of all parties: Olsson shall not assign its duties under the terms of this
agreement without prior written consent of the City. Subconsultants identified in Olsson's response shall be
permitted as being referenced herein.
IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and OLSSON, by its authorized officer
have made and executed this Agreement as of the day and year first above written.
0 LSSON
By:
CURTIS NL
��O``��K•!• T RED
FAYETTEVILL:.. _
Kara Paxton, City Cler Treasurer '.,9'•.RKAN"P•J=.�
Date Signed: 09/03/2024 Date Signe
RFQ 23-01, Engineering & Architectural Services — Selection 9
Old PD Shooting Range Remediation — Olsson
APPENDIX A — SCOPE OF WORK & FEES
PROFESSIONAL SERVICES FOR RFQ 23-01, Selection #9
OLD PD SHOOTING RANGE REMEDIATION
1. SCOPE OF WORK
Olsson shall perform the following, including but not limited to, providing soil lead remediation design,
preparing bidding documents, construction oversight, post cleanup documentation, and post cleanup site
grading design.
Prior to the start of design, additional soil lead testing and analysis will be required to determine the full area
of contamination and to determine if the material to be removed is considered hazardous; soil lead testing will
also be required as part of post clean up analysis. Design and bidding should include mapping the required
remediation work area, providing a detailed narrative description of required remediation work and providing
bid quantities of material to be treated or removed. Bid documents should be prepared in accordance with
and in coordination with the Fayetteville Purchasing Division bid specifications. Post clean up documentation
should include final soil lead testing results and certification that site is ready for reuse. Final grading shall be
designed to meet specified Recycling and Trash Collections Division reuse needs. Remediation work and post
cleanup documentation shall be in accordance with all applicable state and federal laws.
A. Phase 1- Remediation
i. Task 1— Site Characterization Sampling and Analysis: Soil sampling and analysis for lead content
will be conducted to determine the full area of contamination and to determine if the material to
be removed is considered hazardous. Soil samples will be collected as follows:
1. At a background location unimpacted by shooting range activities (Area A-1 sample 0-1 ft
below ground surface [bgs]).
2. Soil beneath the range floor asphalt cover (Area B - 6 locations with sample depths 0-1 ft
bgs and 1-2 ft bgs at each location).
3. Areas of the backstop berm previously indicated as receiving fire and adjacent areas (Area
C - —6 locations with sample depths 0-1 ft and 2-3 ft into the berm face at approximately
3-5 ft above the range floor).
4. Soils behind backstop berm areas previously indicated as receiving fire to evaluate possible
overshot impacts (Area D — 3 samples 0-1 ft bgs).
Samples will be analyzed for lead using EPA Method 6010B by an Arkansas licensed laboratory
(anticipated Pace Analytical). Sample results will be compared to EPA Regional Screening Levels for
Industrial Soils and EPA Toxicity Characteristic Leaching Procedure (TCLP) limits (using a standard
20X dilution factor to estimate TCLP concentrations from total metals analysis results) to identify
regulatory exceedances and areas of needed remediation.
ii. Task 2 — Remediation Design: Based on an evaluation of the results of the site characterization and
discussions with Client preferences, a remediation strategy will be recommended for contaminated
soils with regulatory exceedances. General characteristics of the shooting range (size, layout,
duration of use, etc.) indicate likely remediation design options may include soil excavation, lead
RFQ 23-01, Engineering & Architectural Services — Selection 11
Appendix A —Scope of Work & Fees
Page 1 of 9
particle removal and recycling, in situ treatment of remaining contaminated soil, or some
combination thereof. All recommended remediation activities will be consistent with EPA's Best
Management Practices for Lead at Outdoor Shooting Ranges (EPA-902-B-01-001, June 2005).
iii. Task 3 — Prepare Bidding Documents: Design and bidding documents will include mapping the
required remediation work area, a detailed narrative description of remediation work, and bid
quantities of material to be treated or removed. Bid documents will be prepared in accordance
with and coordinated with the Fayetteville Purchasing Division bid specifications. The specifications
shall not contain contracts, bid forms, bidding instructions, General or Supplementary Conditions,
or other documents typically included when the project will be competitively bid.
iv. Task 4— Post-Remediation Confirmation Sampling and Analysis: Post-remediation confirmation soil
sampling and analysis will be conducted to document the effectiveness of remediation activities.
Based on anticipated remediation alternatives, one soil sample will be collected from every
approximately 100 cubic yards of remediated material (preliminarily estimated at 1,200 cubic
yards) for laboratory analysis of TCLP lead by EPA Method 1311 to confirm results are below
regulatory limits.
v. Task 5 — Remediation Oversight: Assuming all remediation activities will be conducted at the site
and anticipated remediation approaches are utilized, Olsson personnel will coordinate, observe,
and document on -site remediation activities.
vi. Task 6 — Post-Remediation Documentation: A summary report will be prepared to document
remediation activities. The report will include tabulated data, maps, soil sample laboratory analysis
results, sample results evaluation and discussion, and certification that the site is ready for reuse.
B. Phase 2 - Survey
i. Task 1—Topographic Survey:
1. Olsson will perform and prepare a Topographic Survey of the subject property located at
1708 S. Armstrong Ave (Parcel ID 765-19943-000 & 765-1944-000), in the City of
Fayetteville, Washington Co, Arkansas, to support subsequent project phases.
2. The Topographic Survey shall be based on NAVD 1988 for the vertical datum and the
horizontal datum based on the State Plane Coordinate System, Arkansas North Zone, NAD
1983. The survey will depict contours at a 1' vertical interval, all physical improvements
including buildings, driveways, fencing, and visible above ground utilities. Underground
utilities will also be depicted, if located and marked by Arkansas One -Call (Arkansas 811).
Survey will include top of water elevation of onsite pond but does not include any
topography under the pond.
3. Utility locations will be mapped based on visible above ground and marked underground
utilities only. Utility depths will not be obtained or indicated on the survey. Survey work of
underground utilities will consist of tracing the flags and paint markings as marked by
Arkansas One -Call. City of Fayetteville understands and acknowledges that utility mapping
is not exact, and it is possible that not all utility lines will be located. Olsson is not
responsible for mis-marked or unmarked utilities.
RFQ 23-01, Engineering & Architectural Services — Selection 11
Appendix A —Scope of Work & Fees
Page 2 of 9
C. Phase 3 — Floodplain Modeling
i. Task 1— Data Gathering and Processing:
1. Olsson will obtain publicly available LiDAR data for the Project area and will process the
data in preparation for development of hydrologic and hydraulic modeling and floodplain
mapping.
2. Olsson will utilize the effective hydrologic and hydraulic modeling for West Fork White
River from the FEMA Engineering Library, if available. Olsson will review the effective
modeling to confirm that it matches what is shown in the effective Flood Insurance Study
information for Washington County, Arkansas. If effective hydrologic and hydraulic models
are not available at the time of this analysis, Olsson will create replica hydrologic and
hydraulic modeling for the Project area using FEMA Standards and Technical Reference
guidelines.
3. The Project area for this hydraulic analysis will be from Dead Horse Mountain Road
(downstream) to a point immediately downstream of Washington County Road 57 (S. Black
Oak Road) (upstream). The Project area for the hydrologic analysis will be all areas that
drain to Dead Horse Mountain Road. If collection of additional data to extend the model
beyond the proposed Project extent or processing of additional datasets is required, these
tasks will be considered Additional Services and may extend the timeline.
4. Proposed development plans and concepts will be provided by the Client. If information is
not provided, Olsson will make simplified assumptions to the development conditions to
examine for possible No Adverse Impact conditions. Any information received shall be
provided in Autodesk AutoCAD DWG format or PDF format.
5. Site survey data collected for this project (Phase 2) may be utilized, if appropriate, to
supplement the Effective Model and topographic data.
ii. Task 2 —Hydrologic Analysis:
1. Upon completion of this review, Olsson will make updates to the effective hydrologic
model, where necessary, to develop a proposed conditions model. If no hydrologic model
is available, Olsson will create a replica hydrologic model using FEMA Standards and
Technical Reference guidelines. Updates to the hydrologic modeling may include, but are
not limited to development and subdivision of hydrologic parameters, such as land use
parameters, times of concentration, etc.
2. If there is No Adverse Impact to the hydrologic discharges (e.g., no increase in reported
flows), Olsson will continue to the hydraulic analysis. If a No -Adverse -Impact condition is
not achieved, Olsson will perform up to one additional model scenario in an attempt to
meet a No -Adverse -Impact condition. If additional modeling scenarios, outside of the
additional scenario run listed above, are required, these tasks may be performed as
Additional Services.
iii. Task 3— Hydraulic Analysis:
1. Olsson will review the effective one-dimensional (1D) hydraulic model obtained in Task
302. Upon completion of this review, Olsson will make updates to the effective 1D
RFQ 23-01, Engineering & Architectural Services — Selection 11
Appendix A — Scope of Work & Fees
Page 3 of 9
hydraulic model, where necessary, to develop a Duplicate Effective Model and Corrected
Effective/Existing Conditions Model. These updates may include, but are not limited to:
■ Update to USACE's HEC-RAS (Version 6.x) program.
■ Review and update as needed, Manning's "n" roughness coefficients.
■ Develop additional model cross sections to reflect the Project area, as deemed
appropriate.
■ Incorporation of any survey or topographic data deemed necessary for modeling
the Project area.
2. Once developed, Olsson will use a copy of the Corrected Effective model and modify the
geometry to develop a Proposed Conditions Model, representing the proposed
development. The results of this Proposed Conditions Model will be compared against the
results of the Corrected Effective model to determine if the development creates an
adverse impact on neighboring properties.
3. If a No -Adverse -Impact condition is achieved, Olsson will proceed to Task 4. If a No -
Adverse -Impact condition is not achieved, Olsson will perform up to two (2) additional
model scenarios to meet a No -Adverse -Impact condition. If additional modeling scenarios,
outside of the two (2) scenario runs listed above are required, these tasks may be
performed as Additional Services.
4. As part of this task, Olsson will perform calculations to determine the amount of fill being
placed into the floodplain to determine the compensatory storage requirements. Olsson
will also assist in identifying proposed areas that can be used to offset this storage
requirement.
iv. Task 4 — Reporting: If a No -Adverse -Impact condition is achieved, Olsson will finalize and prepare a
short report with supporting documentation for submittal to the Client, describing the methods
used and results determined in this analysis. If required, Olsson will address up to one (1) set of
comments provided by the Client within two (2) weeks after receipt. After addressing comments,
Olsson will finalize the No -Adverse -Impact documentation. This scope of work includes one
conference call, if required, with the Client to discuss the results of the Project. If requested,
additional meetings can be performed as Additional Services.
D. Phase 4 —Grading Design Development
Task 1 — Conceptual Grading Design: Olsson will utilize results of floodplain modeling and site
survey data to develop a grading plan to maximize the area at the facility that can be elevated
above the 100-year floodplain for use in facility operations. The grading plan will depict the final
surface elevations required to raise portions of the project area out of the FEMA-defined 1 percent
annual chance floodplain. The conceptual grading design will consist of 2-3 iterations of grading
design for the specified area. Olsson will prepare a set of conceptual drawings and meet with the
City of Fayetteville to discuss. The City of Fayetteville will provide written feedback for plan
refinement. Olsson will make the plan refinements based on input and present to the City of
Fayetteville. This assumes three Quantity Takeoff Exercises to reduce cut/fill dirt work across the
planned grading area.
RFQ 23-01, Engineering & Architectural Services — Selection 11
Appendix A —Scope of Work & Fees
Page 4 of 9
ii. Task 2 — Grading Concept Design Meetings: This phase includes the following meetings:
1. One (1) Concept Review Meeting
2. One (1) Final Concept Review Meeting
E. Phase 5 — Construction Documents
i. Task 1 — Civil Grading Design: It is anticipated that the project drawings shall consist of the
following:
1. Demolition Plan — Olsson shall prepare demolition plans to identify and describe existing
structures, utilities, and misc. site features to be removed. Olsson assumes owner will
provide requirements for any special structure abatement that may be identified.
2. Site Plan — Shall include general notes, lot information, and other miscellaneous
information required to properly locate and describe the development.
3. Grading Plan — Shall include general notes, location of erosion control methods, temporary
access locations, temporary staging area locations and other information required by the
local government. Included with this task is preparation of the city grading permit in
addition to a Notice of Coverage and initial SWPPP plan in accordance with Arkansas
Department of Energy and Environment Division of Environmental Quality (DEQ)
requirements.
4. Erosion Control Plan — Shall include general notes location of erosion control methods,
temporary access locations, temporary staging area locations and other information
required by the local government. Included with this task is preparation of the city grading
permit in addition to a Notice of Coverage and initial SWPPP plan in accordance with
Arkansas Department of Energy and Environment Division of Environmental Quality (DEQ)
requirements. All application fees and security agreements to be provided by the City of
Fayetteville. Olsson assumes SWPPP to be maintained, updated, and implemented by the
selected Contractor or City of Fayetteville.
5. Specifications — Olsson shall prepare specifications to meet design requirements. Olsson
shall prepare specifications pertaining to Olsson designed elements only along with
pavement design specifications.
ii. Task 2 — Pad Rehabilitation Design & Driveway Extension: As part of the design process, Olsson
shall provide final construction drawings to include city details and specifications for the following.
This task is limited to the replacement/repair of two (2) sections of the existing concrete pad as
well as the addition of an 18'-wide by approximately 50'-long driveway extension.
1. Demolition Plan — Olsson shall prepare demolition plans to identify and describe existing
structures, utilities, and misc. site features to be removed. Olsson assumes owner will
provide requirements for any special structure abatement that may be identified.
2. Site/Grading Plan —Shall include general notes, building locations, sign locations, and other
miscellaneous information required to properly locate and describe the improvements, as
well as proposal and existing contours, vertical control information, and spot grades.
F. Phase 6 — Construction Phase Services
RFQ 23-01, Engineering & Architectural Services — Selection 11
Appendix A —Scope of Work & Fees
Page 5 of 9
i. Task 1— Limited Construction Administration: These services are assumed to include but are not
limited to:
1. Review of shop drawings
2. Assist in construction meetings
3. Review and coordinate with the Purchasing Division to respond to RFI's, and
4. Construction site visits
■ it is anticipated that we will have a maximum of two site visits at one hour each
and one construction meeting at one -hour total. Any additional meetings after will
also be billed at an hourly rate as necessary.
G. Phase 7 — Industrial Stormwater Pollution Prevention Plan Revisions
i. Task 1—Stormwater Pollution Prevention Plan Uodate:
1. Following completion of the grading and compost pad improvements, Olsson will conduct
a site visit to observe the site changes. The information gathered in the site visit will be
used to update the facility's existing industrial Stormwater Water Pollution Prevention Plan
(SWPPP). A draft of the revised SWPPP will be submitted to the Client for review. Olsson
will make appropriate revisions to the draft SWPPP based on comments received from the
Client. A digital copy of the finalized SWPPP will be provided to the Client. If required, this
task also includes preparation and submittal of an outfall modification form to DEQ.
2. This task assumes the SWPPP was previously modified to comply with the 2024 DEQ
industrial general permit for stormwater discharges and an editable version of the current
SWPPP and site map will be provided to Olsson by Client. Additionally, while not
anticipated, this task does not include payment of any permitting or application fees to
DEQ.
2. ASSUMPTIONS:
A. Contamination associated with the shooting range is limited to lead in soil.
B. Army Corps of Engineering Jurisdictional Water Determination will not be required.
C. Section 404 Permitting and Section 401 Water Quality Certification will not be required.
D. No permitting or application fees are required.
E. One (1) set of construction documents for the entire project will be required and separate packages for
phasing purposes or alternate bids will not be required.
F. All proposed changes for modeling scenarios will be outside the Streamside Protection Zone buffers.
G. The tree protection ordinance will not affect planning for compensatory storage options.
H. No compensatory storage from adjacent and upstream reaches of the White River can be utilized for the
Compost Facility area.
I. No coordination, preparation, or submittal of any specific drainage reports, any State or Federal permits,
or floodplain development permits to local, state, or federal agencies that may have a regulatory
jurisdiction over the Project area, such as the Arkansas Natural Resources Division, USACE, FEMA, etc.,
will be required unless identified in the Project scope specifically.
RFQ 23-01, Engineering & Architectural Services — Selection 11
Appendix A —Scope of Work & Fees
Page 6 of 9
3. FEE/COST STRUCTURE:
A. The total amount authorized for this agreement is $90,720 plus any reimbursable expenses attributed to
the project.
Task Description
Base Fee
Fee Type
PHASE 1 - OLD SHOOTING RANGE REMEDIATION
$40,500
T & M Est.
PHASE 2 - SURVEY
$5.970
Lump Surn
PHASE 3 - FLOODPLAIN MODELING
S15 000
Lump Sum
PHASE 4 - GRADING DESIGN DEVELOPMENT
$5.750
Lump Sum
PHASE 5 - CONSTRUCTION DOCUMENTS
S16 000
Lump Sum
PHASE 6 - CONSTRUCTION PHASE SERVICES
S4.500
T & M Est,
PHASE 7 - INDUSTRIAL SWPPP REVISIONS
$3.000
T & M Est,
REIMBURSABLE EXPENSES
S750
Estimate
GRAND TOTAL*
1 $90 720
Exclusive of reimbursable expenses. Reimbursable expenses (Le. mileage, reproduction costs. application `ees.
postage, etc.) shall be billed in addition to the contract amount
B. Additional Services: Should the City of Fayetteville request work in addition to the Scope of Work, Olsson
shall invoice the City of Fayetteville for such additional, optional services at the standard hourly billing
labor rate(s), plus any reimbursable expenses, if any. Olsson shall not commence work on additional,
optional services without written approval from the City of Fayetteville.
RFQ 23-01, Engineering & Architectural Services — Selection 11
Appendix A —Scope of Work & Fees
Page 7 of 9
2024 Olsson Billing Rate Schedule
Billing Rate Schedule
Classification
Billing Rate
Market Leader
S 384.00
Geography/Discipline Leader
S 375.00
Sector Leader
S 333.00
Technical Expert/Sr Project Manager
S 290.00
Client Relationship Manager
S 290.00
Senior Team Leader
S 273.00
Group Leader
S 239.00
Client Manager/Project Manager
$ 239.00
Associate Project Manager
$ 222.00
Lead Engineer
S 239.00
Senior Engineer
212.00
Project Engineer
188.00
Engineer
162.00
Associate Engineer
142.00
Assistant Engineer
126.00
Lead Scientist
215.00
Senior Scientist
188.00
Project Scientist
155.00
Scientist
_ 131.00
Associate Scientist
116.00
Assistant Scientist
101.00
Lead Planner
218.00
Senior Planner
193.00
Project Planner
159.00
Planner
138.00
Associate Planner
119.00
Assistant Planner
_ 102.00
Lead Landscape Architect
$ 218.00
Senior Landscape Architect
S 191.00
Project Landscape Architect
160.00
Landscape Architect
140.00
Associate Landscape Designer
121.00
Assistant Landscape Designer
S 106.00
Commissioning Manager./Technical Manager
$ 242.00
Commissioning Agent
S 213.00
Commissioning Senior Technician
S 181.00
Commissioning AssociateTechnician
S 155.00
Commissioning Assistant Technician
S 128.00
Design Manager/Technical Manager
S 176.00
Design Associate
S 141.00
Senior Technician
S 114.00
Associate Technician
S 97.00
Assistant Technician
$ 84.00
RFQ23-01, Engineering & Architectural Services -Selection 11
Appendix A - Scope of Work & Fees
Page 8 of 9
2024 Olsson Billing Rate Schedule
Billing Rate Schedule
Classification
Billing
Rate
GIS Specialist
$
173.00
Senior Systems Specialist
$
190.00
Storrnwater Compliance Leader/Specialist
$
197.00
Storrnwater Compliance SpeclsVSr Coord
S
151 M
Stormwater Compliance Coordinator
S
119.00
Stormwater Compliance Assistant
S
93.00
Student Intern - Level 3
S
98.00
Student Intern - Level 2
S
84.00
Student Intern - Level 1
S
70.00
Public Engagement Specialist
S
134.00
Public Engagement Senior Coordinator
S
134.00
Public Engagement Coordinator
S
105.00
Public Engagement Assistant
$
88.00
Administrative Senior Specialist/Leader
$
140.00
Project Senior Coordinator
$
132.00
Administrative Senior Coordinator
$
107.00
Project Coordinator
S
100.00
Administrative Coordinator
S
85.00
Administrative Assistant
S
72.00
Note: Olsson's labor rates will increase by 5% on January 1 st every
year of a multi -year contract
Billing Rate Schedules for Surveying, Construction Administration.
Drilling, and Special InspectionsMDT/Matenals Testing will be
provided as Appendices, as needed.
RFQ23-01, Engineering & Architectural Services —Selection 11
Appendix A — Scope of Work & Fees
Page 9 of 9
olsson a
REIMBURSABLE EXPENSE SCHEDULE
The expenses incurred by Olsson or Olsson's independent professional associates or consultants
directly or indirectly in connection with the Project shall be included in periodic billing as follows:
Classification
Automobiles (Personal Vehicle)
Suburban's and Pick -Ups
Automobiles (Olsson Vehicle)
Other Travel or Lodging Cost
Meals
Printing and Duplication including Mylars and Linens
In -House
Outside
Postage & Shipping Charges for Project Related Materials
including Express Mail and Special Delivery
Film and Photo Developing
Telephone and Fax Transmissions
Miscellaneous Materials & Supplies Applicable to this Project
Copies of Deeds, Easements or other Project Related Documents
Fees for Applications or Permits
Sub -Consultants
Taxes Levied on Services and Reimbursable Expenses
Cost
$0.67/mile
$0.75/mile*
$95.00/day
Actual Cost
Actual Cost
Actual Cost
Actual Cost+10%
Actual Cost
Actual Cost+10%
Actual Cost+10%
Actual Cost+10%
Actual Cost+10%
Actual Cost+10%
Actual Cost+10%
Actual Cost
`Rates consistent with the IRS Mileage Rate Reimbursement Guidelines (Subject to Change).
Eff. 01/2024 Page 1 of 1
SR. PURCHASING AGENT: Amanda Beilfuss, abeilfuss@fayetteville-ar.gov
DATE OF ISSUE AND ADVERTISEMENT: 01/08/2023
0
REQUEST FOR STATEMENTS OF QUALIFICATI
RFQ 23-01, Eneineerinia'&Architectural Se
Services
IWA
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 23-01, Engineering & Architectura
DEADLINE: Tuesday, January 31, 2023 before 2:00 PM, local time
�O
It is the intent for the accepted respal&s of \0 o I i c i to be considered for all
engineering an ite Pseleceps for,&.
`77
The Citv may select eneinee ;9 a!rhiteicts fwcOn d�+ce s from this RFQ as well
as proiects rel ea to f n 'f e A ican Rescue Plan.
2:�'
The City reserves the ri t to sua at at any time for any job specific
e ing r ar4IC tural selection.
Submittals shall be submitted a and ` Dlete submission on the Citv's electronic platform at
responses. Qv
All statements of qualif ion shall be submitted in accordance with the attached City of Fayetteville specifications and
documents attach . Each Proposer is required to fill in every blank and shall supply all information requested;
failure to do so ay sed as basis of rejection. Any bid, proposal, or statements of qualification will be rejected that
violates or conflict ith 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 23-01, Engineering & Architectural Services
Page 1 of 14
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
Advertisement
City of Fayetteville, AR
Request for Statements of Qualification
RFQ 23-01, Engineering & Architectural Services
The City of Fayetteville, Arkansas, is requesting statements of qualifications from firms interested in providing engineering,
architectural, & land surveying services for 2023 street, drainage, bridge, water & sewer, trails, parks, and other projects.
All statements shall be received by Tuesday, January 31, 2023 before 2:00 PM, local time utilizing the City's electronic
portal located at http://fayetteville-ar.Rov/bids. Late or misdirected proposals will not be accepted. ProposalSAL not be
accepted after the deadline. The City of Fayetteville will not be responsible for lost or misdirected RFQ's, orb r of
bidder's technical equipment.`vv
Forms & addendums can be downloaded from the City's electronic portal at htt teville- ds. All questions
regarding the process shall be directed to Amanda Beilfuss at abeilfuss fa ettevi -ar. ov or (4 -8220.
All interested parties shall be qualified to do business and lic in acc ? °�L`�Y with al able laws of the state and
local governments where the project is located. Interested arti shall �tered ' t Arkansas Secretary of State.
Pursuant to Arkansas Code Annotated §22-9-203 The t Fayet ncoura ualified small, minority and women
business enterprises to bid on and receive con or oo vices, d nstr . Also, City of Fayetteville
encourages all general contractors to subcontra o ns ntractlifie Il, ority and women business
enterprises.
The City of Fayetteville reserves the reje all P and w e irregularities therein, and all parties
agree that such rejection shall be with ut liability e par ity of F e eville for any damage or claim brought by
any interested party because of such reject or shall��iny i erested seek any recourse of any kind against the
City of Fayetteville because of such rejec oVditi
e filin aty Stater�e� response to this invitation shall constitute an
agreement of the interested party t se ��'�•'JJ
� G
O
City of Fayetteville
Q
By: Amanda Beilfuss, chasing Agent
P:479.575.8220 6beil ss@fayetteville-ar.gov
TDD (Telecommun7teions Device for the Deaf): (479) 521-1316
Date of advertisement: 01/08/2023
This publication was paid for by the Purchasing Division of the City of Fayetteville, Arkansas.
Amount paid: $XXX.XX.
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
Page 2 of 14
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
Appendix
`
•
o �.
o �
P o
� o
o �
� G
O
Q
O
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
Page 3 of 14
SECTION:
PAGE NUMBER
Cover Page
01
Advertisement
02
SECTION A: General Terms &Conditions
04
SECTION B: Vendor References
11
SECTION C: Summary Form
12
SECTION D: Signature Submittal
14
Appendix A: City Standard Federal Contract Provisions
15
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
SECTION A: General Terms & Conditions
1. SUBMISSION OF A STATEMENT OF QUALIFICATION SHALL INCLUDE:
A written narrative describing the method or manner in which the Proposer proposes to satisfy requirements of
this RFQ in the most cost-effective manner. The term Proposer shall be in reference to a firm or individual
responding to this solicitation. The term proposal is used in this document as equal to statement of qualification.
A description of the Proposer's experience in providing the same or similar services as outlined in the RFQ. This
description should include the names of the person(s) who will provide the services, their qualifications, and the
years of experience in performing this type of work. Also, include the reference information requested in this RFQ.
Electronic Submittal: Proposers are required to go to http://fayetteville-ar.gov/bids and follow the pra'np�s to
submit a statement of qualification within the electronic platform. Physical submittals are not aUoaJefor this
RFQ.
i. SWs shall be prepared simply and economically, providing aightforwir e description
of its ability to meet the requirements for the project. Fancyings, c splays, and
promotional material are not required. Emphasis should n compl ' e and clarity of
content. All documents submitted th the ele.ctr ``ortal sh Il tandard page size of 8
%" x 11". Exceptions would be schemexhibi4klage re i and City required forms.
Limit proposal to twenty- five (;51Aar
and forms required by the CitkNIcV
the City's electronic
d. Proposals will be reviewed followin
e.
9.
names of responders will be avail
Proposers shall submit
Purchasing Division.
Proposals must follow the form
of the RFQ, if provided.
Proposers shall have expe
the City of Fayetteville/l
services and must pranicl
Proposer is advised Nt
must be identified in its
negotiable. Proposer'sj
Itge team resumes, references,
I be uploaded in a PDF format to
of this document. Only the
us projects.
3FWY d(curril�itation published by the Fayetteville
ftw
shou`l ture their responses to follow the sequence
J*W V
nZikature and must provide references that will satisfy
list of clients for whom they have performed similar
r�rdhs contained in this RFQ or the attached service agreement
:Mure to do so may lead the City to declare any such term non -
to a non-negotiable term will not disqualify it from consideration
for award. ov
i. Local time shall eined as the time in Fayetteville, Arkansas on the due date of the deadline. Documents shall
be received bef the deadline time as shown by the atomic clock located in the Purchasing Division Office.
S. O WRITTEN REQUESTR INTERPRETATIONS OR CLARIFICATION:
No oral interprMITtions 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.
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
Page 4 of 14
3. RIGHTS OF CITY OF FAYETTEVILLE IN THIS PROCESS:
In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the following:
d. The City of Fayetteville reserves the right to rank firms and negotiate with the highest-ranking firm. Negotiation
with an individual Proposer does not require negotiation with others.
e. The City of Fayetteville reserves the right to select the proposal that it believes will serve the best interest of the
City.
f. The City of Fayetteville reserves the right to accept or reject any or all proposals.
g. The City of Fayetteville reserves the right to cancel the entire request.
h. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in the request for
statements of qualification or resulting submittal.
i. The City of Fayetteville reserves the right to request any necessary clarifications, additional informati roposal
data without changing the terms of the proposal.
j. The City of Fayetteville reserves the right to make selection of the Propose erform th es required on
the basis of the original proposals without negotiation.
k. The City of Fayetteville intends on utilizing the receiv proposals for li ble 20 neering, architectural,
and land surveying projects. Projects believed t&41Dunder $ 0 by t�� will be selected by the
Department/Division head in accordance with the res ted s criteri is RFQ. Projects expected to
exceed $35,000 shall be voted on by the seI I n "'Cmmitt any ontract exceeding $35,000 shall
require formal authorization by the Fay ettevi& Coun
4. EVALUATION CRITERIA: n•
The evaluation criterion defines the f hat will b sed b h electi ommittee to evaluate and score
responsive, responsible and qual
committee to thoroughly evalua)
selection committee. The contra
5. COSTS INCURRED BY PROPOSERS:
7.
or for any other effort
An oral presentation and/or inte
,sals. %Lopc�sers shall s c n formation to allow the selection
re ON Is. E h sal bm ed shall be evaluated and ranked by a
aw to t ualifie oser, per the evaluation criteria listed in
t(ranked. n•
roposals to the City, or any work performed in
payment will be made for any responses received,
) prior to contract commencement.
d of any firm, at the selection committee's discretion.
fits that it presently has no interest and shall acquire no interest, either direct or indirect,
� any manner with the performance or services required hereunder, as provided in City of
ion 34.26 titled "Limited Authority of City Employee to Provide Services to the City".
The Prop er hall promptly notify Amanda Beilfuss, City Sr. Purchasing Agent, in writing, of all potential conflicts
of interest for any prospective business association, interest, or other circumstance which may influence or appear
to influence the Proposer's judgment or quality of services being provided. Such written notification shall identify
the prospective business association, interest or circumstance, the nature of which the Proposer may undertake
and request an opinion to the City as to whether the association, interest or circumstance would, in the opinion of
the City, constitute a conflict of interest if entered into by the Proposer. The City agrees to communicate with the
Proposer its opinion via e-mail or first-class mail within thirty days of receipt of notification.
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
Page 5 of 14
8. WITHDRAWAL OF PROPOSAL:
A proposal may be withdrawn at any time.
9. LATE PROPOSAL OR MODIFICATIONS:
d. Proposal and modifications received after the time set for the proposal submittal shall not be considered.
Modifications in writing received prior to the deadline will be accepted. The City will not be responsible for
misdirected responses. Proposers will receive an email confirmation after successful submission in the electronic
submission platform.
e. The time set for the deadline shall be local time for Fayetteville, AR. All proposals shall be received in the
Purchasing Division BEFORE the deadline stated. The official clock to determine local time shall be the clock
located in the electronic platform.
10. LOCAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS:
d. The laws of the State of Arkansas apply to any purchase made under this request for statements �f lification.
Proposers shall comply with all local, state, and federal directives, orders and laws as applica 4a is proposal
and subsequent contract(s) including but not limited to Equal Employme portuni-6y Disadvantaged
Business Enterprises (DBE), & OSHA as applicable to this contract.
e. Pursuant to Arkansas Code Annotated §22-9-203 The
y of Fayette courage ualified small, minority
and women business enterprises to bid on and receiv racts f serve construction. Also, City of
Fayetteville encourages all general contractors to onTract p i of theirs t ct to qualified small, minority
and women business enterprises. ` v'
11. COLLUSION:
The Proposer, by affixing his or her signatuthis pr rees t ollow "P oser certifies that his
proposal is made without previous and s RCfing, agree t, or c e .on wi y person, firm or corporation
making a proposal for the same ite or se �cesq is in r is it i out outside control, collusion,
fraud, or otherwise illegal action. � ���
12. RIGHT TO AUDIT FOIA AND JURISICIT Z (�
d. The City of Fayetteville reserves lege of ing a v n records as such records relate to purchases
between the City and said ve or V
e. Freedom of Information C• ontr doc prepared while performing City contractual work are
subject to the Arkansa edom of I tion Ac . If�►Freedom of Information Act request is presented to the
City of Fayetteville tracto 'I o ev, possible to provide the documents in a prompt and timely
manner as prescrib in th r Fr e f 4nformation Act (A.C.A. §25-19-101 et. seq.). Only legally
authorized photocopying cos�suant t JASA may be assessed for this compliance.
f. Legal jurisdiction to re Ive ny disputes shall be Arkansas with Arkansas law applying to the case.
13. CITY INDEMNIFICATIO
The successful Pro r(s) agrees to indemnify the City and hold it harmless from and against all claims, liability, loss,
damage or e cluding but not limited to counsel fees, arising from or by reason of any actual or claimed
trademark, p ten r copyright infringement or litigation based thereon, with respect to the services or any part thereof
covered by thi der, and such obligation shall survive acceptance of the services and payment thereof by the City.
14. VARIANCE FROM STANDARD TERMS & CONDITIONS:
All standard terms and conditions stated in this request for statements of qualification apply to this contract except as
specifically stated in the subsequent sections of this document, which take precedence, and should be fully understood
by Proposers prior to submitting a proposal on this requirement.
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
Page 6 of 14
15. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION:
Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call
479.521.1316 (telecommunications device for the deaf), not later than seven days prior to the deadline. Persons
needing translation of this document shall contact the City of Fayetteville, Purchasing Division, immediately.
16. PAYMENTS AND INVOICING:
The Proposer must specify in their proposal the exact company name and address which must be the same as invoices
submitted for payment as a result of award of this RFQ. Further, the successful Proposer is responsible for immediately
notifying the Purchasing Division of any company name change, which would cause invoicing to change from the name
used at the time of the original RFQ. Payment will be made within thirty days of invoice received. The City of Fayetteville
is very credit worthy and will not pay any interest or penalty for untimely payments. Payments can be processed
through Proposer's acceptance of Visa at no additional costs to the City for expedited payment processing. The City
will not agree to allow any increase in hourly rates by the contract without PRIOR Fayetteville City Council 9oval.
17. CANCELLATION: •`O
d. The City reserves the right to cancel this contract without cause by givin irty (30) day n notice to the
Contractor in writing of the intention to cancel or with cause if at any time tl ntract •fS fulfill or abide by
any of the terms or conditions specified.
►
e. Failure of the contractor to comply with any of the pr s of thq c n�N\t shall Zidered a material breach
of contract and shall be cause for immediate termin do f the co Tat the clc ti n of the City of Fayetteville.
f. In addition to all other legal remedies availabl • t e City of evil) �, reserves the right to cancel and
obtain from another source, any items and s ices ve noCelivered within the period of time
from the date of order as determined by te' y of F y e.
g. In the event sufficient budgeted fun not avai or a ne per d 01--ty shall notify the vendor of
such occurrence and contract sha mate f the last day o en c eriod without penalty or expense
to the City. � •1 `
18. ASSIGNMENT, SUBCONTRACTING, ORPORATAUISI�/OR MERGERS:
v
d. The Contractor shall perform this P
No as ment of su acting shall be allowed without prior written
consent of the City. If a Propose is to act a ti of this work, the Proposer shall disclose such
intent in the proposal sub as�t •i�`�FQ.
e. In the event of a torpor e sit
a d7�rTi�erger,ntractor shall provide written notice to the City within
thirty (30) calendar s f ContractNotice qjL1Vch action or upon the occurrence of said action, whichever
occurs first. The r term 1eVT1s cont s ich shall not be unreasonably exercised by the City, shall
include, but not be li ited �'"� nces i wa corporate acquisition and/or merger represent a conflict of
interest or are contrary t ny I I, state, eral laws. Action by the City awarding a proposal to a firm that has
disclosed its intent to ign r subcontract in its response to the RFQ, without exception shall constitute approval
for purpose of this gr e nt.
19. NON -
Award of thisImpose no obligation on the City to utilize the vendor for all work of this type, which may develop
during the cPer
period. This is not an exclusive contract. The City specifically reserves the right to concurrently
contract with companies for similar work if it deems such an action to be in the City's best interest. In the case
of multiple -phase contracts, this provision shall apply separately to each item.
20. ADDITIONAL REQUIREMENTS:
The City reserves the right to request additional services relating to this RFQ from the Proposer. When approved by
the City as an amendment to the contract and authorized in writing prior to work, the Contractor shall provide such
additional requirements as may become necessary.
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
Page 7 of 14
21. SERVICES AGREEMENT:
A written agreement, in substantially the form attached, incorporating the RFQ and the successful proposal will be
prepared by the City, signed by the successful Proposer and presented to the City of Fayetteville for approval and
signature of the Mayor.
22. INTEGRITY OF STATEMENT OF QUALIFICATION (RFQ) DOCUMENTS:
Proposers shall use the original RFQ form(s) provided by the Purchasing Division and enter information only in the
spaces where a response is requested. Proposers may use an attachment as an addendum to the RFQ form(s) if
sufficient space is not available on the original form for the Proposer to enter a complete response. Any modifications
or alterations to the original RFQ documents by the Proposer, whether intentional or otherwise, will constitute grounds
for rejection of such RFQ response. Any such modifications or alterations a Proposer wishes to propose shall be clearly
stated in the Proposer's RFQ response and presented in the form of an addendum to the original RFQ documents.
23. LOBBYING:
Lobbying or communicating with selection committee members, City of Fayetteville employees, ed officials
regarding request for proposals, request for qualifications, bids or contracts, duri pendency protest, by the
bidder/proposer/protestor or any member of the bid der's/propose r's/pr is s agent of the
bidder/proposer/protestor, or any person employed by any legal entity affili,with or re e ting an organization
that is responding to the request for proposal, request for lification, J o tract, os a pending bid protest is
strictly prohibited either upon advertisement or on a date fished ity of F ville and shall be prohibited
until either an award is final or the protest is final r olve by th f Fay . I ; provided, however, nothing
herein shall prohibit a prospective/bidder/propos 11�r contac Pur iivision to address situations such
as clarification and/or questions related to the r u ement p For p of this provision lobbying activities
or communication shall include but not be li t to, irifluCci� or at pti g to nce action or non -action in
connection with any request for proposal, st forali ication, ontr ig r th direct or indirect oral or
written communication or an attempt �n goodwilTlf pers or s specified in this provision. Such
actions may cause any request for p p requ fo*�qualifi i or f to be rejected.
24. DEBARRED ENTITIES:
By submitting a statement of qualificatioipdor state sub itting er i not a debarred contractor with the federal,
any state, or local government.
25. OTHER GENERAL CONDITIONS:
d. Proposers shall provid with pr s signed employee having legal authority to submit proposals
on behalf of the Pr e . The entir c t of pre g and providing responses shall be borne by the Proposer.
e. The City reserves the�ht to u t ny a i ormation it deems necessary from any or all Proposers after
the submission deadline.
f. The request for state nt qualification is not to be construed as an offer, a contract, or a commitment of any
kind; nor does it nysts
i e city to pay for any costs incurred by Proposer in preparation. It shall be clearly
understood tha aincurred by the Proposer in responding to this request for statements of qualification is
at the Prop o e n risk and expense as a cost of doing business. The City of Fayetteville shall not be liable for
reimburs he Proposer for any expense so incurred, regardless of whether or not the proposal is accepted.
g. If produc mponents, or services other than those described in this bid document are proposed, the Proposer
must include complete descriptive literature for each. All requests for additional information must be received
within five working days following the request.
h. Any uncertainties shall be brought to the attention to Amanda Beilfuss immediately via telephone (479.575.8220)
or e-mail (abeilfuss@fayettevilleabeilfuss argov). It is the intent and goal of the City of Fayetteville Purchasing Division to
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
Page 8 of 14
provide documents providing a clear and accurate understanding of the scope of work to be completed and/or
goods to be provided. We encourage all interested parties to ask questions to enable all Proposers to be on equal
terms.
Any inquiries or requests for explanation in regard to the City's requirements should be made promptly to Amanda
Beilfuss, City of Fayetteville, Sr. Purchasing Agent via e-mail (abeilfuss@fayetteville-ar.gov) or telephone
(479.575.8220). No oral interpretation or clarifications will be given as to the meaning of any part of this request
for statements of qualification. All questions, clarifications, and requests, together with answers, if any, will be
provided to all firms via written addendum. Names of firms submitting any questions, clarifications, or requests
will not be disclosed until after a contract is in place.
j. At the discretion of the City, one or more firms may be asked for more detailed information before final ranking of
the firms, which may also include oral interviews.
k.
m
Any information provided herein is intended to assist the Proposer in the preparation of proposals hssary to
properly respond to this RFQ. The RFQ is designed to provide qualified Proposers with sufficien �b iNormation
to submit proposals meeting minimum specifications and/or test requirements but is not int;�NNmit a RFQ's
content or to exclude any relevant or essential data. _
Proposers irrevocably consent that any legal action or proceeding against it un-0, arisi
relating to this Contract shall be controlled by Arkansas aw. Proposer hRefexpres
claim or defense in any said action or proceeding bas ny alle$e`caa juris
similar basis.
%►7 or in any manner
irrevocably waives any
r improper venue or any
The successful Proposer shall not assign the w Imo any par Con tWny monies due or to become due
hereunder without written consent of City oft�eville. the s s I Proposer assigns all or any part of
any monies due or to become due under t ntraclt the
as ign all contain a clause substan-
tially to the effect that is agreed that t t of the as ignee in any o s ue or to become due to the
successful Proposer shall be subjec to rior liens of�perso a porations for services rendered or
materials supplied for the perfor a the vicSs calle n h c r
The successful Proposer's at ti n is di r ct to c at all lica le Federal and State laws, municipal
ordinances, and the rules and egul 11O all autho 'es havin ction over the services shall apply to the
contract throughout, and they wil��ed to YSiiIiLluded in t tract as though written out in full herein. The
successful Proposer shall kee
State, and municipal goverf
these services or in any Ay
having any jurisdicti u,
Contract Documenk~h
order or decree, s/he Nall he
All interested parties s
be used for all project;
26. INSURANCE:
d. Any project
dollars, a�fT
unless fir i
27. ATTACHMENTS
neJ,cQlilliQpaws, ordinances and regulations of the Federal,
affecting those engaged or employed in providing
?rT
and of all orders and decrees of bodies or tribunals
32repancy or inconsistency should be discovered in these
-red to, in relation to any such law, ordinance, regulation,
riting to City of Fayetteville.
not utilizing AIA contracts for projects. Standard City contracts will
under this RFQ shall require professional liability insurance in the amount of $1 million US
Such Certificate of Insurance shall list the City as an additional insured and not be required
a. Appendix A: City Standard Federal Contract Provisions
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
Page 9 of 14
28. SELECTION CRITERIA:
The evaluation criterion below defines the factors which will be used by the selection committee to evaluate and score
responsive, responsible and qualified proposals. The evaluation factors are as follows:
1. 30 Points — Specialized experience and technical competence of the firm with respect to the type of professional
services required
2. 25 Points —Capacity and capability of the firm the perform the work in question including specialized services, within
the time limitations fixed for the completion of the project
3. 25 Points — Past record of performance of the firm with respect to such factors as control of costs, quality of work,
and ability to meet schedules and deadlines
4. 20 Points — Firm's proximity to and familiarity with the area in which the project is located
"Note: Price shall not be a considered factor used to select a vendor. In the event the City is not ab n gotiate
a successful contract with the selected vendor, the City reserves the right to cease negotiation t �s ch selected
vendor and proceed on to the next selected vendor. Statements of Qualificatio Pro osals sha nclude prices,
hourly fees, consulting rates, etc. of any kind.
V"
o o �.
o �
P Q
01 o
o �
� G
O
Q
O
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
Page 10 of 14
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
SECTION B: Vendor References
The following information is required from all firms so all statements of qualification may be reviewed and properly evaluated:
COMPANY NAME:
NUMBER OF YEARS IN BUSINESS: HOW LONG IN PRESENT LOCATION:
TOTAL NUMBER OF CURRENT EMPLOYEES:
FULL TIME
PART TI M E
NUMBER OF EMPLOYEES PLANNED FOR THIS CONTRACT: FULLTIME PARTTIME
PLEASE LIST FOUR (4) REFERENCES THAT YOU HAVE PREVIOUSLY PERFORMED CONTRACT SERVICES FOR WITHIN THE P I E (5)
YEARS (All fields must be completed):
1. 2. Cb ♦`�
COMPANY NAME COMPANY NAM
♦ O
CITY, STATE, ZIP ♦`� CITY, S
CONTACT PERSON ACT PEEN a
TELEPHONE _^� w � TELE+�H�IE+/
40,
FAX NUMBER ^_4 FFAUM
i
E-MAIL ADDRESS � CO DDRESS
O
3. ♦ P
4.
COMPANY NAMEX""" (;
G
CITY, STATE, ZIP
CONTACT PERSON
TELEPHONE
FAX NUMBER
E-MAIL ADDRESS
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
Page 11 of 14
COMPANY NAME
CITY, STATE, ZIP
CONTACT PERSON
TELEPHONE
FAX NUMBER
E-MAIL ADDRESS
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
SECTION C: 2023 Annual Statement of Qualifications Summary Form
ATTENTION: This form shall be completed and returned with EACH SUBMITTED Statement of Qualification. The City will
utilize the selection marked by each firm to correspond with the scope of work for each project.
NAME OF FIRM:
SUMMARY STATEMENT:
Proposer should provide summary information on this form by checking the areas of expertise based on experience and
qualifications.
This form must be completed and returned in order for your proposal to be eligible for consideration.
Airport Mechanical
•f1� Architecture Natural Resource/Conserd� anning
Bridges Parks: 10V
Forestry P ng
Carbon Sequestration Analysis Par LDedica o es Consultant
Civil/Structural Design i ity
Climate Resilience Analysis �dio De
Construction Administration Stor �r Management
Drainage Design, Analysis, & Plannin a► St o w er Modeling
Ecosystem Services Analysis rmwate De
Electrical truct dR
esign
Environmental Analysis, Re n, &
Permitting ur ing
Environmental Water rvices O ainability Design
Floodplain Services esting Services: Soil/Materials
GIS Mapping , Traffic Studies
Geotechnical Engi ri Utility Asset Inspections
Hydrology O Value Engineering
Independen tima O • Wastewater Design
Interior Design ` � Cj Wastewater Management
Landscape ArcVll(�Iure Wastewater Modeling
LEED/Sites I
r TZVon Wastewater Rate Studies
Lighting �esig Wastewater SSES
MaNjhing: Arts/Culture
Water/ Sewer Rate Studies
jtePanning: City/Government
Water Audit Services
Master Planning: Parks
Water Design
Master Planning: Streets
Water Management
Master Planning: Wastewater
Water Modeling
Master Planning: Water
Water Quality Monitoring
Wetlands
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
Page 12 of 14
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
SECTION D: Signature Submittal
DISCLOSURE INFORMATION
Proposer must disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any
relationship with any City of Fayetteville employee. Proposer response must disclose if a known relationship exists between
any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official.
If, to your knowledge, no relationship exists, this should also be stated in your response. Failure to disclose such a
relationship may result in cancellation of a purchase and/or contract as a result of your response. This form must be
completed and returned in order for your bid/proposal to be eligible for consideration.
PLEASE CHECK ONE OF THE FOLLOWING TWO OPTIONS, AS IT APPROPRIATELY APPLIES TO YOUR FIRM: •
`O
1) NO KNOWN RELATIONSHIP EXISTS Cb
•
2) RELATIONSHIP EXISTS (Please explain)_ le\
I certify that; as an officer of this organization, or per • the e aut i , am duly authorized to certify the
information provided herein are accurate and tr my or ion shall mply * h all State and Federal Equal
Opportunity and Non -Discrimination requireme con emploZt.
Pursuant Arkansas Code Annotated §25- he CcRtractor agree ifi a ey do not currently boycott
Israel and will not boycott Israel duri me i is h�y a e �g into, whi e in contract, with any public
entity as defined in §25-1-503. If at a time durirc�ntract ractor 'des to boycott Israel, the contractor must
notify the contracted public entity in writing�(��
rV
V
• ��/
2. PRIMARY CONTACT INFORMATI
L.
At the discretion of the City, on firms QO asked for I e detailed information before final ranking of the firms,
which may also include or i e iews. NO EE: a P er shall submit to the City a primary contact name, e-mail
address, and phone number ere th urch is n can contact for clarification or interview request.
Name of Firm:
Name of Primary Con
I
Title of Primary CC
Phone Number:
E-Mail Address:
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
Page 13 of 14
3. ACKNOWLEDGEMENT OF ADDENDA
Acknowledge receipt of addenda for this invitation to bid, request for proposal, or request for qualification by signing and
dating below. All addendums are hereby made a part of the bid or RFP documents to the same extent as though it were
originally included therein. Proposers/Bidders should indicate their receipt of same in the appropriate blank listed herein.
Failure to do so may subject Contractor to disqualification.
ADDENDUM NO.
SIGNATURE AND PRINTED NAME
DATE ACKNOWLEDGED
4. DEBARMENT CERTIFICATION:
`O
As an interested party on this project, you are required to provide debarment/suspension certifi c indicating in
compliance with the below Federal Executive Order. Certification can be done by co(:bting an S* this form.
Federal Executive Order (E.O.) 12549 "Debarment and Suspensic " requires thatt�cSntractor ing individual awards,
using federal funds, and all sub -recipients certify that the d�ga ation atl is rincipal of debarred, suspended,
proposed for debarment, declared ineligible, or voluntar'I excluded b ederal tment or agency from doing
business with the Federal Government. '
V
Signature certifies that neither you nor our rinci esentl rred sus e ed sed for debarment declared
g Y Y p p
ineligible, or voluntarily excluded from particip this a n by neral rt t or agency.
Questions regarding this form should be d to t City of Fayet vi rc s vision.
O6
COMPANY:
PHYSICAL ADDRESS: V
MAILING ADDRESS:
PHONE: O . FAX:
E-MAIL: ✓
TAX ID #: UEI #:
Signed (By submi n r response, you certify that Vou are authorized to represent and bind Vour com an ):
SIGNATURE:
PRINTED NAME:
TITLE: DATE:
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
Page 14 of 14
CITY OF
FAYETTEVILLE
ARKANSAS
RFQ 23-01, Engineering and Architectural Services
Appendix A: Contract Provisions for Non -Federal Entity Contracts Under Federal Awards
CODE OF FEDERAL REGULATIONS
TITLE 2 — GRANTS AND AGREEMENTS
PART 200, APPENDIX II
Appendix A: Appendix II to Part 200 — Contract Provisions for Non -Federal Entity Contracts Under Federal Awards
Appendix II to Part 200 Title 2 — Contract Provisions for Non -Federal Entity Contracts Under Federal Awar
htt s: www. ovinfo. ov content k CFR-2021-title2-voll df CFR-2021-title2-volt- art200. f
Contractors and vendors shall comply with the following federal guidelines, in accordance the most rec fished version of
Appendix II to Part 200—Contract Provisions for Non -Federal Entity Contracts Under %0s. ds. The n of a "non -Federal
entity" in this section shall mean the City of Fayetteville, AR. Language in this Appendix shall override �persede any language
contained in the bid documents. All parties shall understand th��ms "vendor" and "contractol ' y apply to a design firm,
construction contractor and/or sub -contractor. Language in this a n�lx shall apply as it is ap a to federal law. Design firms
shall incorporate all applicable federal language into bid specific bons, gqualifi tiogf2quire a d contract documents prepared
for City of Fayetteville projects. `�
1. Termination for Cause and Convenience v `�
a. The City of Fayetteville reserves t hit to ca is Contr dfitVfout c s iving thirty (30) days' notice to
the vendor of the intent to ca e or with cause t an ti end to fulfill or abide b an of the terms
Y Y Y
or conditions specified. T ment II b�autom . ly e in e ds under federal award, number are
discontinued by the a gency ny as u minatn sh take effect upon receipt of written notice.
If there is a need to set on an early inatio paymeno the termination date would be determined
by incurrence of allowab e costrmpletion of t by per ��f.•,,��ime completed up to the settlement, or some
other method as defined b upon re f the vender cords.
a. Failure of the vendor o plya. Failure of the vendor o p y withl��►f the prov' 'f this contract shall be considered a material breach of
contract and shall e u for im ermin he contract at the discretion of the City of Fayetteville.
b. In addition Flo<r legal i\`Y`s avai the City of Fayetteville, the City reserves the right to cancel and
obtain fromr s a servi ♦ Piave not been provided within the period of time stated in the
or if no suc state wi a reasonable period of time from the date of order or request, as
proposal, U p q
determined by th �ty.
2. Equal Employment Q t — Vendor shall comply with 41 CFR 60-1.4(b)
a. During t e pe rmance of this contract, the vendor agrees as follows:
(1) The vendor will not discriminate against any employee or applicant for employment because of
O 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: 12/02/2022
Page 1 of 7
(2)
(3)
(4)
!02
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.
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.
The vendor will send to each labor union or representative of workers with which heollective
bargaining agreement or other contract or understanding, a notice to be provioledl�av�s g the said
labor union or workers' representatives of the vendor's commitments under �kC Ion, and shall
post copies of the notice in conspicuous places ava'�aP�p to emplpy end applicants for
(D)
employment. `V
Nith all provisions of Executi er 1124 ember 24, 1965, and of
id rele ers of tf�e ry of La
II informa ' and re wired b c ive Order 11246 of September
49 s, and or r the Sec f Labor, or pursuant thereto, and
�, ecor s, rout y h ministering agency and the Secretary
4estiga ' s( I pliance with such rules, regulations, and
or's c pliance e no s tion clauses of this contract or
es, regu ations, th. act may be canceled, terminated, or
I Aand th or may red ineligible for further Government
listed c un cont r a is in ccordance with procedures authorized in
of Sept e 24, 19 such other sanctions may be imposed and
rovi in xecuti er 11246 of September 24, 1965, or by rule,
ry of Lr as otherwise provided by law.
Qe��oftrtlon osentence immediately preceding paragraph (1) and the
0'-M thIn every subcontract or purchase order unless exempted
)rder of of Labor issued pursuant to section 204 of Executive
965, so that such provisions will be binding upon each sub -vendor
e uch action with respect to any subcontract or purchase order as
C.
may direct as a means of enforcing such provisions, including sanctions
!ver, that in the event a vendor becomes involved in, or is threatened with,
„�,5-- �. asub-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.
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.
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: 12/02/2022
Page 2 of 7
3
4.
the equal opportunity clause and the rules, regulations, and relevant orders of the
Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor
such information as they may require for the supervision of such compliance, and that it
will otherwise assist the administering agency in the discharge of the agency's primary
responsibility for securing compliance.
d. The applicant further agrees that it will refrain from entering into any contract or contract
modification subject to Executive Order 11246 of September 24, 1965, with a vendor
debarred from, or who has not demonstrated eligibility for, Government contracts and
federally assisted construction contracts pursuant to the Executive Order and will carry out
such sanctions and penalties for violation of the equal opportunity clause as may be
imposed upon vendors and sub -vendors by the administering agency or the Secretary of
Labor pursuant to Part II, Subpart D of the Executive Order. In addition, the applicant
agrees that if it fails or refuses to comply with these undertakings, the administering
agency may take any or all of the following actions: Cancel, terminate, or sus n n whole
or in part this grant (contract, loan, insurance, guarantee); refrain #ro t nding any
further assistance to the applicant under the program with respect t v the failure or
refund occurred until satisfactory assurance off compliance een received from
such applicant; and refer the case to the Depar nt of J � r appropriate legal
proceedings.
Subcontracts. Each nonexempt prime vendor or - dor shaJ i he equ rtunity clause in each of its
nonexempt subcontracts. `�
Inclusion of the equal opportunity clause bX ce. The a portuni e may be included by reference in
all Government contracts and subcontra&Its
ding o nt bi o la g, transportation requests, contracts
for deposit of Government funds, and fo..,rpi d paying savin s bonds and notes, and such other
contracts and subcontracts as the � o'of O a designat
Incorporation by operation of t �r. By op to of the o �h(e eq o nity clause shall be considered
to be a part of every contract d bcon act required by an e gulations in this part to include such a
clause whether or not it i h i Ily inc�rNd in s racts ther or not the contract between the
agency and the vendor n.
Adaptation of language. uch n ss�ianges i ng age ma de in the equal opportunity clause as shall be
appropriate to identify prop t e arties arj4kLheir ndertaki I
Davis -Bacon Act, (40 U.S.C. 31
See also 2 C.F.R.
In accordanifAh,W
than the prev 'ng wa
be required to pay wa
The non -Federal
Labor in each sn tat.
by Department of Labor regulations (29 CFR Part 5,
uired to pay wages to laborers and mechanics at a rate not less
ination made by the Secretary of Labor. In addition, vendor must
n7st place a copTTf the current prevailing wage determination issued by the Department of
i. The decision to award a contract or subcontract must be conditioned upon the acceptance
ion. The non -Federal entity must report all suspected or reported violations to the Federal
�Co tractor's on projects shall reference the appendices containing Wage Determination Numbers and dates.
CopelandNknifKickback" 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: 12/02/2022
Page 3 of 7
5.
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.
Contract Work Hours and Safety Standards Act
a. Where applicable (see 40 U.S.C. § 3701), all contracts awarded by the non -Federal entity in excess of $100,000 that
involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and
3704, as supplemented by Department of Labor regulations at 29 C.F.R. Part 5. See 2 C.F.R. Part 200, Appendix II, ¶ E.
b. Under 40 U.S.C. § 3702, each contractor must be required to compute the wages of every mechanic andl b Wr based
on a standard work week of 40 hours. Work in excess of the standard work week is permissible P
od that the
worker is compensated at a rate of not less than one and a half times the basic rate of pay foNxours worked in
excess of 40 hours in the work week.
c. The requirements of 40 U.S.C. § 3704 are applicable to construction work a brovide t aborer or mechanic
must be required to work in surroundings or under working conditions <Nare unsa azardous or dangerous.
These requirements do not apply to the purchas plies oor artic arily available on the open
market, or contracts for transportation or transmis f intel.
d. Compliance with the Contract Work Hours* ty Standa
ii. Overtime requirements. No con+rr
ub o r con c any part of the contract work which
may require or involve the e of 1 �r mechan shall re uire or permit any such laborer or
mechanic in any workwee ch h��''`s employ such w k t ork in excess of forty hours in
such workweek unless orer or C nic recei pen I rate not less than one and one-
half times the basic r pay f r all hours worke so r hours in such workweek.
iii. Violation; liability;SZn id waiclbidated es. In t of any violation of the clause set forth
in paragraph sect n e contr a any su ntr for responsible therefor shall be liable for
the unpaid wa s. In itich cont or nd sub o tr for shall be liable to the United States (in the
case of work done d r ontract f the istrict ���o Imbia or a territory, to such District or to such
territory), for liq e damag liquidatl��, mages shall be computed with respect to each
individual la or echa 'c ' �ng watch and guards, employed in violation of the clause set forth
in paragr 1) is sect' �e su or each calendar day on which such individual was required
or per to work I of the tan workweek of forty hours without payment of the overtime
w s ed b t a e set f paragraph (1) of this section.
With Iding f n i age ydioted damages. The (write in the name of the Federal agency or the
loan or grant I n ) shall on s own action or upon written request of an authorized representative of
the Dep ent Labor with d or cause to be withheld, from any moneys payable on account of work
perf b the contractor or subcontractor under any such contract or any other Federal contract with
th e contractor, or any other federally -assisted contract subject to the Contract Work Hours and
fet e Imtandards Act, which is held by the same prime contractor, such sums as may be determined to be
e ssary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated
amages as provided in the clause set forth in paragraph (2) of this section.
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: 12/02/2022
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: Contracts in excess of $150,000 shall comply with the following related to the Clean Air Act
a. The vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act,
as amended, 42 U.S.C.§ 7401 et seq.
b. The vendor agrees to report each violation to the City and understands and agrees that the City will, in turn, report
each violation as required to assure notification to the (name of recipient), Federal Emergency Management Agency,
and the appropriate Environmental Protection Agency Regional Office.
c. The vendor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in
part with Federal assistance funding.
8. Federal Water Pollution Control Act: Contracts in excess of $150,000 shall comply with the following reliat t� Federal
Water Pollution Control Act `�
a. The vendor agrees to comply with all applicable standards, orders or regula sued pur4u �e Federal Water
Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. Cel
�
b. The vendor agrees to report each violation to the (name of the state a n or loctribal government) and
understands and agrees that the (name of the st g�ncy or l a o ian tribent) will, in turn, report
each violation as required to assure notificationAo ame owe ' t), Fedy Management Agency,
and the appropriate Environmental Protect o cy Regio e.
c. The vendor agrees to include these requ s in &A011'ritra e e g $150,000 financed in whole or in
part with Federal assistance. I
Debarment and Suspension (Executive
10. Byrd
(defined at 2 C.F.R. §
180.935).
V %
9 and `169) )
(>
purposes of 2 C 0�80 C.F.R. pt. 3000. As such the vendor is
N0 Aractor, ' �ncipals at 2 C.F.R. § 180.995), or its affiliates
Ned (de ' C.F.R. 180. 40) or disqualified (defined at 2 C.F.R. §
V
II nAbe ade tog;e listed on the governmentwide exclusions in the
B guidelines at 2 CFR 180 that implement Executive
d 99-(3 CFR part 1989 Comp., p. 235), "Debarment and
Cos✓debarred, suspended, or otherwise excluded by agencies,
%r regulatory authority other than Executive Order 12549.
)part C and 2 C.F.R. pt. 3000, subpart C and must include a
lower tier covered transaction it enters into.
ermine e vend did of comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart
X)ay
die available to me of state agency serving as recipient and name of subrecipient), the
pursue available remedies, including but not limited to suspension and/or debarment.
ChpMer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000,
is offer is valid and throughout the period of any contract that may arise from this offer. The bidder
rther agrees to include a provision requiring such compliance in its lower tier covered transactions.
ng Amendment 31 U.S.C. § 1352 (as amended)
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: 12/02/2022
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 equipment § 200.216,
a. Recipients and subrecipients are prohibited from obligating or expending loan or grant funds to: ♦`O
i. Procure or obtain;
ii. Extend or renew a contract to procure or obtain; or
iii. Enter into a contract (or extend or renew a contract) to procure or a ain equ' services, or systems
that uses covered telecommunications equipment or services ubstanti ntial component of any
system, or as critical technology as par f systei 4ssribed in Law 115-232, section 889,
covered telecommunications equipmen telec cations i ent produced by Huawei
Technologies Company or ZTE Corp (or any s si ry or affili f such entities).
(1) For the purpose of pub 3 y, se ri vern e ties, physical security surveillance of
critical infrastructd oth onal se ity pur oses, video surveillance and
telecommunicati �ipm�� Iced by ra Com un1 tions Corporation, Hangzhou
Hikvision Digi nology cb p y, or Da nol ny (or any subsidiary or affiliate
of such enti
(2) Tele om un ons Ni
A� sury ' servic ed by such entities or using such
equi
(3) Teleco mun' ion video su I ce equi I eI or services produced or provided by an entity
that the S t r of Defen in c nsultat, I ri h the Director of the National Intelligence or the
Director ederal f Inve�n, reasonably believes to be an entity owned or
con d b , or of ♦ n✓✓✓nnecte he government of a covered foreign country.
b. In implementing e ro tion u blic LaW 2, section 889, subsection (f), paragraph (1), heads of
executive agencXac
dminlsterin grant, r s Idy programs shall prioritize available funding and technical
support to sited b 'r s s, in�' and organizations as is reasonably necessary for those affected
entities to tra 'tion fr er co equipment and services, to procure replacement equipment and
services, and to ensure ommuni do ervice to users and customers is sustained.
c. See Public Law 1 2, s ction 889 for ditional information.
d. See also § 20
13. Domestic prefer es procurements (§ 200.322)
a. As; r ri e and to the extent consistent with law, the non -Federal entity should, to the greatest extent practicable
ederal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials
pp ed 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: 12/02/2022
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: 12/02/2022
Page 7 of 7
RFQ 23-01, Addendum 1 9%
Date: Tuesday, January 24, 2023 W4W
To: All Prospective Vendors
From: Amanda Beilfuss — 479.575.8220 — abeilfuss@fayetteville-ar.gov
RE: RFQ 23-01, Engineering and Architectural Services
CITY OF
FAYETTEVILLE
ARKANSAS
This addendum is hereby made a part of the contract documents to the same extent as thou were
originally included therein. Interested parties should indicate their receipt of same in the appropr ank of
the R F P. PROPOSERS SHOULD ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCH THE BID
FORM. ^ ANNO
1
The following clarifications are being provided to I rested,p 1 Qj
♦O
a. PROVISION FOR OTHER AGENCIES: •� OW
Unless otherwise stipulated by t pos prop ees to make available to all
Government agencies, de artm unici s and cou ies ro osal prices submitted
g p p
in accordance with said pro erm nditio leerei o any said governmental
entity desire to buy under roposall.le U all m al state of Arkansas agencies,
the legislative and judi a nche ol4ical s vi ' s o s, local district school boards,
1
community colleges, ipali e cocnti p er lic encies or authorities), which may
desire to purchase un er th er nd co s of th c tract.
v
b. Any subrecipient of Am ri Rescu ct ( Funds through the City of Fayetteville has
the authority to ut' ce a inal I� electe . Subrecipients utilizing the list shall follow all
applicable state City gIP'f� ttevill asing policies.
� G
Q
0
City of Fayetteville, AR
RFQ 23-01, Addendum 1
Page 111
Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701
RFQ23-01, Addendum 2 V
Date: Tuesday, January 31, 2023
To: All Prospective Vendors
From: Amanda Beilfuss — 479.575.8220 — abeilfuss@fayetteville-ar.gov
RE: RFQ 23-01, Engineering and Architectural Services
CITY OF
FAYETTEVILLE
ARKANSAS
This addendum is hereby made a part of the contract documents to the same extent as thou were
originally included therein. Interested parties should indicate their receipt of same in the appropr ank of
the RFP. PROPOSERS SHOULD ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCH THE BID
FORM. ink
V�
• � V
1. The deadline to submit statements of qua lificati n FQ 2 r e d Architectural Services
is being extended. The new deadline for S e s d a, v, eNa ry 7. no later than 2:00 PM local
time.
o o �.
P Z
ry
� o
o\C0
'qQ
Cj
O
Q
O
City of Fayetteville, AR
RFQ 23-01, Addendum 2
Page 111
Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701
CITY OF
10A FAYETTEVILLE
ARKANSAS
RFQ 23-01 Addendum 2
FTN Associates, Ltd.
FTN Associates, Ltd.
Supplier Response
Event Information
Number: RFQ 23-01 Addendum 2
Title: Engineering and Architectural Services
Type: Request for Qualifications
Issue Date: 1/8/2023
Deadline: 2/7/2023 02:00 PM (CT)
Notes:
The City of Fayetteville, Arkansas, is requesting statements of
qualifications from firms interested in providing engineering,
architectural, & land surveying services for 2023 street, drainage,
bridge, water & sewer, trails, parks, and other projects. Any questions
regarding the process shall be directed to Amanda Beilfuss at
abeilfuss@fayetteville-ar.gov or (479) 575-8220.
Contact Information
Contact: Amanda Beilfuss Sr. Purchasing Agent
Address: Purchasing
Room 306
City Hall
113 West Mountain Street - Room 306
Fayetteville, AR 72701
Email: abeilfuss@fayetteville-ar.gov
Page 1 of 2 pages Vendor: FTN Associates, Ltd. RFQ 23-01 Addendum 2
FTN Associates, Ltd. Information
Contact:
Kenneth Farmer
Address:
124 W Sunbridge Drive, Suite 3
Fayetteville, AR 72703
Phone:
(479) 571-3334
Fax:
(479) 571-3338
Email:
klf@ftn-assoc.com
By submitting your response, you certify that you are authorized to represent and bind your company.
Lee Beshoner Ijb@ftn-assoc.com
Signature Email
Submitted at 113012023 03:07:17 PM (CT)
Requested Attachments
RFQ 23-01, Response Submittal 2023 Statement of Qualifications.pdf
Please upload your completed response, including all required forms.
Bid Attributes
1 Arkansas Secretary of State Filing Number:
100060737
Page 2 of 2 pages Vendor: FTN Associates, Ltd. RFQ 23-01 Addendum 2
tn
water resources I environmental consultants 124 W Sunbridge Drive, Suite 3 • Fayetteville, AR 72703 • (479) 571-3334 • FAX (479) 571-3338
January 31, 2023
Ms. Amanda Beilfuss
Sr. Purchasing Agent
Purchasing Division, Room 306
113 West Mountain Street
Fayetteville, AR 72701
RE: 2023 Statement of Qualifications and Performance Data for Engineering and
Environmental Consulting Services
RFQ 23-01, Engineering and Architectural Services
Dear Ms. Beilfuss:
FTN Associates, Ltd. (FTN) is pleased to submit our 2023 Statement of Qualifications and
Performance Data. FTN is a specialized small business who has been providing professional
services to the Southeast Region since 1981 and to the City of Fayetteville since 2000.
FTN specializes in water resources and environmental engineering projects, including:
development of master drainage plans; stormwater services; drainage design and review;
sustainable site design; hydrologic and hydraulic modeling; water quality monitoring/field
studies; watershed management and best management practices; Municipal Separate Storm
Sewer System (MS4) mapping and permit support; wetland reviews and determinations; the
evaluation of floodplain issues; NEPA services; environmental site assessments (Comprehensive,
Phase I, and Phase II); Brownfields redevelopment; and solid waste.
FTN has over 70 employees including professional engineers, engineering interns, professional
geologists, aquatic biologists, certified floodplain managers, and environmental scientists. Our
professionals have an extensive array of experience with engineering and environmental
consulting. Our firm has a large branch office in Fayetteville, and our headquarters is in Little
Rock.
FTN is uniquely qualified to provide water resource environmental services to Fayetteville. FTN
has completed or is working on projects for and within the City, and within Benton and
Washington Counties. These projects include data gathering, attending public and private
meetings, preparation of design plans and specifications, identification and review of floodplain
problem areas, areas of recent and anticipated development, determination of drainage issues and
identification of potential engineering solutions, drainage structure design, hydrologic and
Corporate Office: 3 Innwood Circle, Suite 220•Little Rock, AR 72211•Phone (501-225-7779)•Fax (501-225-6738)
Regional Offices: Fayetteville, AR; Baton Rouge, LA; Chesterfield, MO•www.ftn-assoc.com•ftn@ftn-assoc.com
Ms. Amanda Beilfuss
January 31, 2023
Page 2
hydraulic analyses, wetland/Section 404 delineation and permitting, and stream restoration
design and construction services.
FTN's capabilities also include general engineering services, including preparation of drainage
reports and drainage design and review, developing design plans and contract documents, GIS
mapping and analysis, stormwater permitting, water quality analyses, Use Attainability Analyses
(UAA), and other environmental services. This broad range of expertise provides a
comprehensive viewpoint in solving problems for our clients. Our branch office in Fayetteville is
located less than 15 minutes from the City offices. We have developed an excellent working
relationship with municipal clients similar to the City of Fayetteville.
FTN is especially qualified to provide professional engineering and environmental consulting
services in the following areas:
♦ Drainage Design, Analysis, & Planning ♦ Water Management
♦ Wastewater
♦
Hydrology
♦ Floodplain Services
♦
Wetlands
♦ Natural Resource Planning
♦
GIS Mapping
♦ Hydraulics
♦
Natural Resource Planning
♦ Sustainable Design
♦
MS4 Mapping / Permitting
♦ Stormwater Management
♦
Environmental Analysis
♦ Civil Design
♦
Environmental Site Assessments
♦ Solid Waste
♦
Threatened/Endangered Species
We are confident that we possess a number of unique qualifications and strengths that would
enable the City of Fayetteville to satisfactorily meet its various project requirements in a cost
effective manner. These qualifications include the following:
♦ FTN has an excellent professional reputation for providing quality services in a cost
effective manner. More than 90 percent of our business comes from previous clients. This
is a testament to the quality of work that we do.
♦ FTN has an office in Fayetteville, less than 15 minutes away from the City of
Fayetteville offices, enabling us to be very responsive to the City's needs.
♦ FTN utilizes the services of its principals and senior level personnel in all phases of
project work. Through this active involvement of its senior staff, FTN has developed an
excellent working relationship with municipal clients throughout Arkansas.
In addition to the extensive experience listed above, FTN further highlights this experience in
our project services matrix, selected past project profiles, and professional resumes enclosed
within this Statement of Qualifications. If you have questions or need additional information
please call me or Kale Farmer, PE, CFM, at (479) 571-3334.
!n
Ms. Amanda Beilfuss
January 31, 2023
Page 3
Thank you very much for your time and consideration.
Respectfully submitted,
FTN ASSOCIATES, LTD.
Lee J. Beshoner, PE, CFM
Project Manager
LJB/kae
Enclosures �
S:\MARKETING\CITY OF FAYETTEVILLE\2023\2023-01-31 FTN LTR CITY OF FAYETTEVIL'LE SOQ.DOCX
=Zin
iltn
oclates Ltd.
2023 STATEMENT OF QUALIFICATIONS
AND PERFORMANCE DATA
FOR ENGINEERING AND ENVIRONMENTAL
CONSULTING SERVICES
RFQ 23-01, ENGINEERING AND ARCHITECTURAL
SERVICES
January 31, 2023
♦ INTRODUCTORY LETTER
♦ EXECUTIVE SUMMARY
♦ GENERAL QUALIFICATIONS
♦ SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE
♦ PROFESSIONAL CAPACITY AND PERSONNEL
♦ PAST PERFORMANCE
♦ FAMILIARITY WITH THE AREA
♦ ADDITIONAL INFORMATION
o Listing of Consultants
o Registered Professional Engineer
o Arkansas Registered Professional Surveyor
LIST OF APPENDICES
APPENDIX A: Resumes of Key Personnel
APPENDIX B: Past Projects
APPENDIX C: Qualification Summary Form
Photo courtesy ofArkansas Department of Parks and Tourism
Ztn
FTN Associates, Ltd. is pleased to submit this Statement of Qualifications for the City of
Fayetteville, in response to the "Request for Qualifications, RFQ 23-01, Engineering and
Architectural Services" document issued by the City of Fayetteville on January 8, 2023. FTN is
an Arkansas -based engineering and environmental consulting firm that has been providing
professional services since 1981 and services to the City since 2000.
FTN specializes in water resources and environmental engineering projects, including:
Use Attainability Analyses (UAA); the evaluation of floodplain and stormwater issues;
hydrologic and hydraulic modeling and design; sustainable site design; development of master
drainage plans; water quality monitoring/field studies; watershed management and best
management practices; wetland reviews and determinations; water/wastewater; environmental
site assessments (Comprehensive, Phase I, and Phase II); brownfields re -development; and solid
waste.
FTN has more than 70 employees, including professional engineers, engineer interns,
professional geologists, aquatic biologists, certified floodplain managers, and environmental
scientists. Our professionals have an extensive array of experience with engineering and
environmental consulting.
FTN is uniquely qualified to provide engineering services to the City of Fayetteville,
having completed several drainage and floodplain projects in the City. FTN's capabilities also
include GIS mapping and analysis, stormwater permitting, development of Best Management
Practices, and environmental experience to provide a comprehensive viewpoint in developing
engineering plans.
FTN is especially qualified to provide engineering and environmental consulting services
in the following areas:
♦ Civil Design
♦ Drainage Design,
Analysis, and Planning
♦ Environmental Water
Services
♦ Floodplain Services
♦ GIS Mapping
♦ Hydraulics
Mtn
♦ Hydrology
♦ Natural Resource Planning
♦ NPDES Permitting Services
♦ Site Investigation/
Remediation/Brownfield
Re -Development
♦ Solid Waste
♦ Storm Water Management
♦ Sustainable Site Design
♦ Threatened/Endangered
Species
♦ Use Attainability
Analyses
♦ Wastewater
♦ Water Quality
Monitoring
♦ Wetlands
FTN water resources experience dates back to the early 1980s. This experience is
highlighted in our project services matrix, selected past project profiles, and professional
resumes enclosed within this Statement of Qualifications.
Since the company was founded, more than 40 years ago, approximately 90% of our
business has come from repeat clients, attesting both to the quality of our product and our ability
to continue providing excellent service to our clients. We have performed numerous water,
floodplain, and environmentally related studies within the City and have extensive experience on
City projects. FTN has completed the City Drainage Criteria Manual Update with a new Low
Impact Development chapter and multiple drainage analyses throughout the City. We updated
the effective City of Fayetteville and Washington County Flood Insurance Rate Maps (FIRMs)
for FEMA and have completed the Risk Analysis portion of the new Washington County Flood
Insurance Study update under FEMA's Risk MAP Effort, partnering with the City and the
Arkansas Natural Resources Commission.
FTN has a team of key personnel that will be available to manage projects and provide
technical support to the City. For each project undertaken with the City, our key personnel will
create a project team of professionals with specific expertise to ensure project success. The
multidisciplinary staff and broad range of experience at our firm allow us to meet project
demands quickly and accurately. The project team will provide continuity throughout project
performance, quality assurance, timely completion, and coordination with designated
stakeholders.
Project plans and specifications and surveys will be developed under direct supervision of
the appropriate FTN professional staff. FTN Associates, Ltd. is registered as a firm that provides
engineering services in the State of Arkansas.
Respectfully submitted,
FTN ASSOCIATES, LTD.
Lee Beshoner, PE, CFM
Branch Manager & Project Manager
Mtn
Kale Farmer, P , CFM
Project Manager
FTN Associates, Ltd. is an Arkansas -based engineering firm that specializes in water
resources and environmental projects, including: hydrologic and hydraulic modeling and design;
sustainable site design; development of master drainage plans; water quality monitoring/field studies;
wetland reviews and determinations; the evaluation of floodplain issues; environmental site
assessments (Comprehensive, Phase I, and Phase II); brownfields; and solid waste.
FTN was started in Vicksburg, MS in 1980 and moved to Little Rock, Arkansas, in
July 1983. Since that time, FTN has grown to a staff of more than 50 professionals, including
professional engineers, engineering interns, professional geologists, certified floodplain managers,
environmental scientists, water/wastewater experts, and support staff. FTN established an office in
Fayetteville in 1998. Our professionals have an extensive array of experience with engineering and
environmental consulting.
FTN is uniquely qualified to provide engineering services for drainage and floodplain related
and environmental projects to the City of Fayetteville (City) because:
♦ FTN has experience working with the City of Fayetteville on the Drainage Manual,
stormwater and floodplain issues, and in clean water and environmental permitting.
♦ FTN has a branch office in Fayetteville, located less than 15 minutes from the City
offices, allowing for quick response to the project requirements.
♦ FTN has the professional engineering and environmental staff, equipment,
experience, and capacity necessary to meet the engineering and environmental needs
of the City.
♦ FTN's staff is very familiar with the City and its drainage and floodplain issues
having completed several floodplain projects and being located in the City.
♦ FTN has an excellent professional reputation for providing quality services to the
environmental, stormwater, and floodplain management communities in a cost
effective manner.
♦ FTN has prepared and provided Use Attainability Analyses (UAAs) and other similar
services for municipal and industrial clients.
♦ FTN has capabilities including GIS mapping and analysis, stormwater permitting,
and environmental experience to provide a comprehensive viewpoint in developing
engineering plans.
♦ FTN utilizes the services of its principals and senior level personnel in all phases of
project work. Through this active involvement of its senior staff, FTN has developed
an excellent working relationship with municipal clients similar to the City of
Fayetteville.
Mtn
Specialties:
♦ Stormwater Management
♦ Floodplain Management
♦ NPDES Issues Analysis
♦ Water Quality
♦ Environmental Site Assessments
♦ Wetlands
♦ Fate and Transport
Over 50 Professionals including
♦ Civil Engineers
♦ Water Resources Engineers
♦ Environmental Engineers
♦ Geospatial Analytics Specialists
♦ Biologists
FTN Associates, Ltd. (FTN) is a water resources and
environmental consulting and engineering firm that
provides specialty services to private and governmental
clients by emphasizing client satisfaction and quality
services.
FTN emphasizes an interdisciplinary approach with
hundreds of years of combined professional experience.
This broad interdisciplinary experience offers unique
problem -solving capabilities in all phases of civil and
environmental planning, design, and management.
FTN has an extensive background in field investigations,
laboratory analyses, data analyses, and computer
simulations including formulation, screening, and
evaluation of alternatives. Professional services encompass
six general areas:
♦ Hydrogeologists ♦ Water Resources,
♦ Environmental Scientists ♦ Clean Water Act Compliance,
♦ Regulatory Specialists ♦ Natural Resource Management,
♦ Water/Wastewater Management,
♦ Site Investigation/Remediation/Brownfields, and
Incorporated in 1980 ♦ Solid Waste.
Offices
3 Innwood Circle, Suite 220
Little Rock, Arkansas 72211
Phone: (501) 225-7779
Fax: (501) 225-6738
Fayetteville, Arkansas
Phone: (479) 571-3334
Baton Rouge, Louisiana
Phone: (225) 766-0586
Chesterfield, Missouri
Phone: (314) 786-5855
ftn@ftn-assoc.com
www.ftn-assoc.com
Mtn
FTN has performed work in all 48 contiguous states,
Alaska, and several foreign countries. Past clients have
included private industries, other engineering and
consulting firms, local and state governments, and federal
agencies.
Innovative approaches developed from integrated scientific
and engineering procedures are used to provide clients with
practical and environmentally sound solutions at minimum
cost. Our extensive list of repeat clients attests to the
quality of our work and its timely completion within
performance schedules.
Water Resources
♦ Hydrologic & Hydraulic Modeling
♦ Unsteady Flow/Dam Break Analysis
♦ Flood Insurance Studies/ Flood Mapping
♦ Reservoir Control and Operations Management
♦ Coastal Planning, Engineering, and Restoration
♦ Master Drainage Plans, Ordinances
♦ Irrigation
♦ Hydraulic Design
♦ Detention & Sedimentation Basin Design
♦ Drainage & Flood Control Improvement Design
♦ Sediment Transport & Stabilization
♦ GIS
Clean Water Act Compliance
♦ NPDES Permits
♦ Stormwater Permitting
♦ Nonpoint Source/BMP Assessments
♦ Regulatory Analysis
♦ Monitoring/Field Studies
♦ TMDLs
♦ Mixing Zone Analysis
♦ Use Attainability Analysis
♦ Wetlands/404 Permitting
♦ Aquatic Life/Fisheries Studies
♦ Toxicity/Biomonitoring Analysis
♦ Thermal Discharges
Natural Resource Management
♦ Natural Resource Studies/Planning/Mapping
♦ EAs/EISs
♦ Threatened and Endangered Species Assessments
♦ Ecological Studies
♦ Ecological Risk Assessments
♦ Lake Management/Restoration
♦ Coastal Restoration
♦ Reclamation/Restoration
♦ NRDAs
♦ Sustainable Site Design
♦ GIS
Water/Wastewater Management
♦ Feasibility Studies
♦ Distribution System Modeling/Design/Optimization
♦ Source Identification/Yield/Demand Analysis
♦ Treatability Studies and Analysis
♦ Operations & Management
♦ Pollution Minimization/Reduction
♦ TREs/TIES
♦ Design Services
♦ Constructed Wetlands
♦ Stormwater Management and Flood Control
♦ Sludge Handling Analysis and Management
♦ Construction Observation/Contract Administration
Solid Waste
♦ Planning and Feasibility Investigations
♦ Permitting
♦ Hydrogeological Investigations
♦ Design
♦ Construction Quality Assurance
♦ Groundwater Monitoring and Reporting
♦ Explosive Gas Monitoring and Reporting
♦ NSPS Compliance
♦ Stormwater Consulting and Permitting
♦ Alternative Liner and Cover Demonstrations
Site Investigation/Remediation/Brownfields
♦ Phase I/II Property Assessments
♦ Hydrogeologic Investigation/Contaminant
Assessment
♦ RCRA Groundwater Monitoring/Permitting/
Corrective Action
♦ Remediation Recommendations and Design
♦ QA/QC — 3rd Party Oversight
♦ Brownfield Redevelopment
♦ Data Management Reporting Systems
♦ SARA Title III
Mtn
FTN has extensive experience in drainage and civil design; environmental and
floodplain-related services; sustainable site design; GIS mapping; hydrology and hydraulics;
natural resource planning; stormwater and water management; water/wastewater design,
treatment, and management; site investigation and remediation; brownfields re -development;
wetland investigations; and solid waste.
During our over 40 years of business, FTN has developed an excellent reputation of
providing a timely, quality product within the project budget. FTN's multi -disciplinary expertise,
previous work with the City, and our project team approach make us uniquely qualified to
address City of Fayetteville projects.
This expertise is explained by our company experience profiles included in this section.
Each of our professionals also possesses individual experience that is summarized in
Section 3 and presented in the resumes in Appendix A.
Mtn
FTN has a professional staff of more than 50 specialists who have extensive experience
in all phases of engineering related to water quality and environmental services, drainage and
flood control planning and design, stormwater and floodplain management, environmental site
investigations, and associated environmental issues, such as Brownfields. The following table
summarizes this experience and illustrates the capacity we have to provide various services to the
City of Fayetteville.
For City of Fayetteville projects, FTN has assembled a team of key personnel that will be
available to manage projects and provide technical support to the City. These individuals are
included in the following table and key resumes are included in Appendix A. The specific
technical areas for which each individual will have primary responsibility are:
♦ Lee Beshoner, PE, CFM
Hydrology/Hydraulics/Floodplain Analysis
♦ Kale Farmer, PE, CFM
Hydrology/Hydraulics/Floodplains, Stormwater
Management and Engineering Design
♦ Jeremy Rigsby
Aquatic Ecologist/Wetlands Specialist, Clean
Water, Water Quality, Threatened/Endangered
Species
♦ Jimmy Rogers
Environmental Monitoring and Assessment,
Environmental Science, Water Quality Assessment
♦ Curtis Nunn, PG
Environmental Site Investigations,
Karst Hydrogeology
♦ Ray Wieda, PE
NPDES Stormwater Permitting
FTN has sufficient capacity to successfully complete large, multidisciplinary projects.
We have a staff of additional civil engineers, three construction inspectors, and a professional
surveyor. These professionals are supported by full time CAD/GIS operators/engineering
technicians and word processors/administrative personnel.
As with any consulting practice, FTN attempts to maintain a steady backlog of work and
currently does so. However, FTN strives to ensure that staffing needs are assessed regularly and
that additional staff is employed based on expected future needs and not as a reaction to work
load demands at a given time. Internal resource tracking measures allow senior management to
maintain an up-to-date view of resource needs and make adjustments when necessary to meet
specific project demands.
Mtn
FTN's extensive water resource experience dates back to the early 1980s. Over the past
40 years, approximately 90% of our business represents repeat clients, attesting to the quality of
our product and its timely completion within performance schedules. We have also received
ACEC Engineering Excellence Awards for our drainage studies, water quality controls, water
resources, wetland treatment systems, and remediation projects, including an award for the
Rogers Streambank Restoration and Stabilization and honorable mention for the State of
Arkansas Base Level Engineering projects
Our first table in this section is a compilation of our staff experience by regulated media
and demonstrates our depth and breadth of experience throughout FTN's service areas
Table 3.2 is a list of selected projects completed by FTN, including the following:
♦ The specific work involved, and
♦ How long each project took to complete.
Table 3.3 includes the same projects from Table 3.2 and illustrates FTN's areas of
expertise employed on these projects.
Detailed descriptions of selected experience and past projects are included in
Appendix B.
Mtn
c.
U
C4
�
•o
`°
w
N
y
L
p
O
�+
�
�+
CLQr
L.J. Beshoner, PE, CFM
B.E. Bodwell, EI
A.B. Bogart, EI
J.A. Brooks, PE
♦
♦
•
A.A. Chakrabarti, PhD, EI
P.W. Crawford, PE, PG
K.P. Criswell, EI
K.M. Davis
D.L. Derrington, PG, PE
K.K. Dhital, PE, CFM
R.O. Dodds, PE
K.L. Farmer, III, PE, CFM
D.E. Ford, PhD, PE
J.J. Ghidotti, PE
B.J. Griffis
J. Harper, PhD, CPAg
G. He, PhD
R.S. Jadhav, PhD, PE, D.WRE
L.S. Johnson, PE, CFM
M.C. Johnson, PE, CFM
M.S. Koch
A.A. Kreps, PE
C.R. Laurin
C.H. Li
K. H. Lin, EI
P.H. Massirer, PE
Mtn
c.
U
C4
�
•o
`°
Uw
E.F. Necaise
C.L. Nunn, PG
F.K. Oakley
A.J. Pruitt, GIT
J.M. Rigsby
J.J. Rogers
K.L Schanke
N.V. Schoggin, PE
A. Shrestha, EI
C.N. Siria, EI
J.N. Siria
S.S. Sorourian, PhD, EIT
C.K. Spears, PE
G.S. Spontak
E.W. Studebaker, PG
M.J. Taake, EI
K. J. Templet, EI
B. Thakur, EI
K.W. Thornton, PhD
G.E. Tucker, PhD, PWS
H.E. Turner
M.M. Vaught, PE
S.R. Wacaster
R.E. Wieda, PE
L.F. Willis
S.P. Wray
Mtn
Table 3.2 Selected projects completed by FTN.
Project Name
I Description of Work
Jonesboro Water and Light UAA
FTN completed a Use Attainability Analysis (UAA) for the Westside Wastewater Treatment Plant. This led to
revised water quality standards in the receiving stream.
Fayetteville Drainage Criteria
FTN prepared an updated drainage manual for the City updating floodplain requirements, incorporating changes
Manual update with Low Impact
in City code, addressing water quality and providing design and construction guidance for 12 different Green
Development component
Stormwater Practices for Low Impact Development.
City of Rogers, AR
FTN performed floodplain studies for the City of Rogers, AR, to update the FEMA Flood Insurance Rate Maps,
Master Drainage Plan
including hydrologic and hydraulic modeling and digital GIS databases and mapping for 15 streams (over 29
stream miles) within the City.
FTN, through its contract with the Arkansas Natural Resources Division (ANRD), was contracted to perform an
Washington County, AR
updated countywide Flood Insurance Studies (FIS) for Washington County and their incorporated communities.
Risk MAP Flood Insurance Study
The project entailed identifying needs for new studies and restudies, maintaining coordination with project
Revision
stakeholders throughout the project, processing terrain and survey data, performing hydrologic and hydraulic
modeling, and floodplain mapping.
FTN development a watershed -wide hydrologic and hydraulic analysis for the Lake Fayetteville watershed to
Lake Fayetteville Spillway
determine the spillways current capacity to determine its ability to meet State Dam Safety requirements. After
Feasibility Analysis
developing the current capacity, FTN was tasked with developing conceptual spillway feasibility scenarios to help
the dam meet State permitting requirements.
FTN performed an in-depth analysis of drainage issues in a portion of the downtown area after the area started to
City of Bentonville Downtown
experience redevelopment with small homes being replaced with much larger structures. The City wanted to
Master Drainage Analysis
evaluate the potential increase in runoff volumes for the area due to the increased impervious area of each lot.
Additionally, FTN evaluated the current stormwater system to determine the level of service it was currently
providing.
FTN performed an in-depth 1 D/21) hydrologic and hydraulic analysis for the upstream portion of Middle Fork
Linda Jo Drainage Improvement
Hamestring Creek in the City of Fayetteville. This analysis evaluated the current stormwater system and the
Feasibility Study
potential for detention and channel improvements throughout the watershed to attempt to reduce flooding within
the watershed. The results of this analysis revealed a solution to localized drainage issues near Linda Jo Place and
Sang Avenue.
Mtn
Table 3.3 Selected Project Experience by Service Area.
QJ
_
1
L
�
E
Con
Jonesboro Water and Light
UAA
Fayetteville, AR
Drainage Criteria Manual
City of Rogers, AR
Master Drainage Plan
Washington County, AR
Risk MAP Flood Insurance
Study Revision
Lake Fayetteville Spillway
Feasibility Analysis
City of Bentonville
Downtown Master Drainage
Anal sis
Linda Jo Drainage
Improvement Feasibility
Stud
Mtn
FTN has had an office in Fayetteville for over 20 years. Our office is located only
minutes from City offices. Our employees are familiar with City of Fayetteville staff, the
geography, and infrastructure of the City.
FTN has performed numerous water and floodplain related studies within Fayetteville.
We prepared the 2014 Drainage Criteria Manual for the City of Fayetteville, as well as providing
assistance with the Use Attainability Analysis for the Noland Waste Water Treatment Plant. FTN
has also updated the City of Fayetteville, Washington County Flood Insurance Rate Maps for
FEMA and has completed the Risk Assessment portion of the ongoing Washington County
Flood Insurance Study Revision as part of FEMA's Risk MAP program. FTN is currently
working on the 2nd Phase of the Lake Fayetteville Spillway Analysis Project and completed
hydrologic and hydraulic analyses in the Upper Hamestring Watershed.
Mtn
Listing of Consultants
FTN uses a variety of consultants who have brought special skills to projects during our
over 40 years of service. Our company has developed long-standing relationships with
trustworthy and competent consulting firms. FTN's selection of consulting firms is dependent on
the specific needs of the project and the client and will be provided with each specific project for
which we are selected.
Registered Professional Engineer
All plans, specifications, etc. will be developed under direct supervision of, and sealed
and signed by an Arkansas registered Professional Engineer. FTN Associates, Ltd. is a registered
engineering firm in Arkansas, with Certificate of Authorization No. 63.
Arkansas Registered Professional Surveyor
As FTN does not perform Professional Surveying, any property or land surveys will be
performed to Arkansas Minimum Standards and will be supervised, sealed, and signed by an
Arkansas Registered Professional Surveyor as part of a subconsulting agreement.
Required SOQ Forms
The forms required to be submitted as part of this response are completed and have been
included as Appendix C of this document.
Mtn
APPENDIX A
Resumes of Key Personnel
Specialty
Experience
Hydrology & Hydraulics
♦ Has over 20 years of experience in water resources
investigations including hydrologic and hydraulic
Skill Areas
analyses and modeling; water quality modeling; and
Surface Hydrology and Hydraulics
engineering design in diverse urban and rural riverine
Modeling/Model Development
environments.
Hydraulic Design Engineering
♦ Has over nine (9) years of experience in project
Water Resources
management of water resources and GIS-related
Reservoir Operations
projects.
Water Quality Modeling
Hydraulics and Hydrology
Unsteady Flow Analysis
♦ Is currently serving as the Project Engineer for FTN
Dam Breach Modeling
for the State of Arkansas's Cooperating Technical
Partnership (CTP) with FEMA.
Education
♦ Served as a Project Manager, project engineer and/or
BS, Civil Engineering, 2002
independent QA/QC reviewer for FEMA IDIQ
University of Arkansas
contracts for a Joint Venture under FEMA's Map
Fayetteville, Arkansas
Modernization Program.
Graduated: magna cum laude
♦ Served as hydraulic modeler to develop and perform
advanced unsteady flow hydraulic modeling for a
BA, Mathematics & Physics, 2000
nuclear power plant's Nuclear Regulatory
University of the Ozarks
Commission permit renewal.
Clarksville, Arkansas
♦ Served as a project manager and/or project engineer on
Graduated: magna cum laude
numerous CLOMR/LOMR/LOMA studies for FEMA
and No -Rise Analyses for local governments.
Professional Registrations
♦ Served as a Project Manager for development of
Professional Engineer
floodplain development permits and site -specific
Arkansas # 12942
Stormwater Pollution Prevention Plans using Best
Louisiana #35184
Management Practices for Natural Gas Well pads in
Mississippi #25884
Northern Louisiana, Central Arkansas, and West
Missouri # 2008007791
Texas.
Oklahoma # 23198
Stormwater
Texas #116503
♦ Responsible for providing GIS and MS4 mapping and
field reconnaissance support to Washington County,
Professional Affiliations
Arkansas, as part of its efforts to comply with the State
Association of State Floodplain
of Arkansas' MS4 General Permit requirements.
Managers
Arkansas Floodplain Management
♦ Responsible for providing initial and follow-up
Association
reviews of floodplain and stormwater issues and
permit submissions for Benton County, Arkansas.
Certifications
Certified Floodplain Manager, 2006
water Quality
♦ Project engineer for development of water quality
models for Dissolved Oxygen (DO) TMDLs in
southern Louisiana.
GIS Experience
♦ Uses GIS software (ArcGIS, AutoDesk) to develop,
perform, and oversee multiple projects involving
aerial assessments, flood inundation mapping,
performing hydrologic and hydraulic modeling, and
to
database development and maintenance.
Specialties
Civil Engineering Design Services
Hydrologic and Hydraulic Modeling
Skill Areas
Design Services
Site Grading Plans
Surface Hydrology and Hydraulics
Modeling/Model Development
Stormwater Management
Erosion and Sedimentation Control
National Pollutant Discharge Elimination
System (NPDES) Stormwater
Permitting
Flood Insurance Studies (FISs)
Education
BS, Civil Engineering, 2005, University
of Arkansas, Fayetteville
Professional Registrations
Professional Engineer
AR No. 14253
MO No. 2015035113
OK No. 28303
LA No. 43734
Professional Certification
Certified Floodplain Manager Arkansas
No. 07-00149
Professional Affiliations
National Society of Professional
Engineers (NSPE)
Arkansas Society of Professional
Engineers (ASPE)
Arkansas Floodplain Management
Association (AFMA)
=Ztn
Experience
♦ Over 18 years of experience in civil engineering experience
including water resources modeling and design, site design,
including grading, water, sanitary sewer, and storm sewer
design, utility construction, as well as project coordination,
review and permitting at the community, state and federal
levels.
♦ Stormwater management and pollution prevention, NPDES
stormwater permitting, land development, site grading, cost
estimating and infrastructure planning and design.
♦ Culvert design and bridge sizing, highway drainage, storm
sewer networks, detention/retention basins and modeling
programs to analyze hydrologic characteristics and flooding
limits, computation of peak discharges, and delineation of
floodplains.
♦ Working with Federal Emergency Management Agency
(FEMA) on floodplain mapping, the Map Modernization
Program, and regulatory issues and requirements.
♦ Field reconnaissance, data collection, and GIS analysis for
hydrologic and hydraulic studies, master drainage planning,
flood plain mapping, and DFIRM database productions.
Engineering Services
♦ Project engineer responsible for stream restoration / bank
stabilization, using principles of fluvial geomorphology, for an
approximately 2000 ft reach of an unnamed tributary to Lake
Atalanta in Rogers, AR. Project also includes pedestrian trail
design, sediment collection basin design, and culvert sizing
and design.
♦ Project manager and engineer responsible for ongoing urban
drainage study in downtown Bentonville, AR. Developed 2D
overland flow model linked to 1D subsurface storm sewer
system to evaluate planned improvements and provide
recommendations for further drainage improvements.
♦ Project engineer for ongoing drainage improvement /stream
restoration project in Bentonville, AR. Developed new
hydrologic and hydraulic models for the watershed. Design to
incorporate/restore natural channel morphology where
possible.
Floodplain Management
Responsible for developing and performing hydrologic and
hydraulic modeling and analyses, flood zone mapping and for
developing and performing DFIRM database and report
preparation for FEMA Flood Insurance Studies for multiple
counties in the State of Arkansas and parishes in the State of
Louisiana, in accordance with the FEMA Map Modernization
Program.
Specialty
Section 404 Wetlands
Aquatic Ecology/Aquatic Toxicology
Use Attainability Analysis (UAA)
Skill Areas
Section 404 Wetland Delineations and
Permitting
Fisheries Biology
Aquatic Toxicology
Water Quality/Limnology
Fish Tissue Contamination
Rapid Bioassessment
Education
BS, Biology, 2004
Henderson State University
MS, Fisheries and Wildlife Science,
2009
Arkansas Tech University
Professional Affiliations
American Fisheries Society
Society of Environmental
and Chemistry (SETAC)
Experience
♦ Over 16 years project experience as an Aquatic Ecologist with
working knowledge and extensive project experience with
regulatory issues under Section 404 of the Clean Water Act, Section
10 of the Rivers and Harbors Act, the Endangered Species Act, the
National Environmental Policy Act (NEPA), and environmental
regulations and legislation.
♦ Served as Project Manager for over 100 Wetland, Green Tree,
Threatened and Endangered Species, and Water Quality projects.
Wetlands
♦ Extensive project experience with aquatic, wetland, bottomland
hardwood, and upland habitats and with Section 404 wetland
delineations, permit applications, preparation of mitigation plans,
and mitigation monitoring in the Mississippi River Delta region and
other parts of the Gulf South region.
♦ Extensive project experience with development, Section 404
permitting, and monitoring of Green Tree Reservoirs (GTRs) in
Mississippi River Delta region.
♦ Project experience with resolution of Section 404 enforcement
actions by the US Army Corps of Engineers.
Threatened and Endangered (T&E) Species
♦ Team member on annual trap and release field surveys for
American Burying Beetle conducted at the 65,000-acre Fort
Toxicology Chaffee Joint Maneuver Training Center by FTN since 2007.
♦ Experience as team leader for field surveys for fat pocketbook
mussel and rabbitsfoot mussel.
♦ Experience with care, maintenance, and breeding of multiple
threatened and endangered fish species.
Water Quality
♦ Project experience in designing, implementing, and analyzing
biological and water quality investigations in streams, lakes, and
reservoirs.
♦ Project experience in developing site -specific water quality
standards through the use of water effects ratios, other toxicity -
based studies, and field assessments.
♦ Project experience in water quality studies using rapid
bioassessment protocols, including collection, identification, and
preservation of fishes and benthic macroinvertebrates.
♦ Project experience in conducting Use Attainability Analyses
(UAAs).
Environmental Assessments
Biological Surveys
♦ Extensive project experience in conducting surveys and preparing
reports related to Botany, Ornithology, Ichthyology and Fisheries,
Entomology, and Wildlife Ecology.
NEPA Investigations
♦ Extensive project experience with Environmental Assessment
(EA), Biological Assessment (BA), and Categorical Exclusion (CE)
projects according to NEPA requirements.
Specialty/ Skill Areas
Experience
Environmental Assessment
♦ Has over 17 years' experience as an environmental
Field Sampling Services
consultant.
Wetlands
♦ Experienced in all phases of environmental and
Environmental Monitoring and
ecological studies including project planning, field
Assessment
surveys, data analysis, and report preparation.
Water Quality Assessment
Environmental Science
♦ Extensive field project experience with stream, wetland,
bottomland hardwood, and upland habitats throughout
Arkansas.
Education
BS, Environmental Science,
Wetlands
Biology emphasis, 2004, University
♦ Project team leader in conducting numerous wetland
of Central Arkansas
delineations throughout Arkansas.
♦ Extensive experience in obtaining Section 404 permits
Certifications
(Little Rock, Memphis, and Vicksburg USACE Districts).
OSHA 40-Hour Hazardous Waste
♦ Project team leader in preparing and implementing
Operations and Emergency Response
numerous mitigation plans for Section 404 projects.
training
MSHA Safety Training
Environmental Assessments
♦ Project team member on numerous Biological
Assessments (BAs) related to gas well exploration project
areas.
♦ Project team member on several Environmental
Assessment (EA) projects related to highway
construction/reconstruction Arkansas.
♦ Project team member on Biological Evaluations (BEs) in
National Forests in Arkansas.
♦ Project team leader on various threatened and endangered
species surveys.
Water Quality
♦ Field team leader in conducting ground water and surface
water sampling events.
♦ Field team leader, stormwater sampling events.
♦ Project team member, fish and benthic invertebrate
sampling and identification.
♦ Data analysis and report preparation for multiple Total
Maximum Daily Load (TMDL) allowances in Arkansas
and Louisiana.
Soils
♦ Field team leader, surface and subsurface soil sampling
proj ects.
Report Preparation
♦ Extensive project experience at preparation of EA, BA,
BE, stormwater, and wetland delineation reports as well
as various technical memorandums and other documents.
to
Specialty
Geology
Skill Areas
Site Investigations
Groundwater Monitoring
Data Management and Analysis
Education
BA, Biology, 1993
Hendrix College
MS, Geology, 2003
University of Arkansas
Professional Registrations
Professional Geologist
Arkansas #1873
Licensed Geologist
Kansas #716
Registered Professional Geologist
Mississippi #837
Professional Geoscientist
Louisiana #270
Professional Affiliations
Geological Society of America
National Ground Water Association
American Institute of Professional
Geologists
Certifications
40-Hour Hazardous Waste
Operations and Emergency
Response (29 CFR 1910.120)
Mtn
Experience
♦ Over 19 years of environmental consulting experience,
including five years as a project manager, in the areas of
solid, hazardous, and radiological waste contaminant
evaluations.
♦ Extensive experience conducting subsurface geological
investigations and data analysis related to site cleanups and
regulatory compliance programs.
♦ Designed numerous groundwater monitoring networks for
contaminant detection and assessment, regulatory
compliance, and remediation effectiveness monitoring.
Site Investigations
♦ Performed comprehensive site assessments (CSAs) at
abandoned or underutilized properties identified by ADEQ
as posing a potential threat to human health and/or the
environment. Sites include former fuel stations,
drycleaners, electroplating facility, aluminum smelter,
transformer oil recycling facility.
♦ Project Manager for groundwater studies at nuclear power
plants in Arkansas, Louisiana, and Mississippi. Designed
and conducted hydrogeologic site investigations to identify
the sources of groundwater contamination in accordance
with Nuclear Energy Institute guidance.
♦ Served as Project Hydrogeologist during the site
investigation, remediation, and closure of a low-level
radioactive and hazardous waste landfill owned by the
University of Arkansas.
♦ Conducted and/or managed Phase I and Phase II
Environmental Site Assessments of agricultural,
residential, and industrial properties in accordance with
ASTM standards.
Groundwater Monitoring
♦ Served as Project Manager or Site Hydrogeologist for
various long-term groundwater monitoring projects
including:
• Nuclear power plants in Arkansas, Louisiana, and
Mississippi.
• Low-level radioactive hazardous waste disposal
facility in northwest Arkansas.
Data Management and Analysis
♦ Developed site conceptual models to describe groundwater
flow, predict future contaminant migration, and identify
potential sources.
♦ Authored site investigation and groundwater monitoring
reports for submittal to state regulatory agencies and
industry groups.
Specialty
Environmental Permits and Planning
Skill Areas
National Pollutant Discharge Elimination
System (NDPES) Permits
Stormwater Permits
Water Quality Modeling
Total Maximum Daily Load Modeling
Flood Studies
Education
BS, Agricultural Engineering, 1991
University of Missouri
BS, Agronomy, 1992
University of Missouri
MS, Agricultural Engineering, 1993
University of Missouri
Professional Registration
Professional Engineer
Arkansas No. 9420
Certifications
Certified Nutrient Management Planner
Mtn
Experience
♦ Over 28 years of experience in the environmental field.
♦ Spent 7 years with the Arkansas Department of Environmental
Quality as an NPDES and State Water permit writer.
♦ Spent one year with the Missouri Department of Natural
Resources as an NPDES permit compliance inspector for
municipal and industrial facilities.
♦ Knowledge of state and federal water quality regulations and
is the NPDES permitting expert for FTN.
NPDES Permits
♦ Attended EPA -sponsored NPDES Permit Writer's Course.
♦ Provided technical support to several municipalities and
industries in Arkansas, Missouri, Oklahoma, Texas, Louisiana,
Mississippi, Alabama, and North Carolina regarding federal
and state regulations, permit applications, and NPDES
permits.
♦ Applied state and federal regulations and water quality
standards in the preparation of municipal and industrial
wastewater discharge and no -discharge permits.
♦ Evaluated technical feasibility of proposed wastewater
treatment systems to meet applicable effluent limitations using
calibrated desktop models, effluent guidelines, and
engineering judgment.
♦ Participated in implementation of Arkansas water quality
standards for heavy metals.
Stormwater
♦ Prepared Stormwater Management Plans (SWMPs) for the
City of Little Rock and the City of Fort Smith to meet
requirements of NPDES and general municipal separate storm
sewer system (MS4) permits.
♦ Prepared Stormwater Pollution Prevention Plans (SWPPPs)
for industrial facilities and construction projects in Arkansas,
Texas, Mississippi, and Louisiana.
♦ Served as regulatory advisor for stormwater drainage system
mapping under MS4 permit for municipalities in Arkansas.
Water Quality Modeling
♦ Assisted in development of Total Maximum Daily Loads
(TMDLs) for dissolved oxygen (DO), nutrients, minerals, and
metals for streams in Arkansas and Louisiana.
Conducted water quality modeling for DO and metals for
various municipal and industrial clients in Arkansas.
APPENDIX B
Past Projects and Experience
Client
City of Fayetteville
Project Location
Fayetteville, Arkansas
Contact
Corey Granderson
Utilities Engineer
City of Fayetteville, Arkansas
(479) 444-3452
FTN Project Manager
Lee Beshoner, PE, CFM
Project Dates
2020 - Ongoing
The primary tasks in the study included
performing new hydrologic modeling for the
watershed and developing detailed hydraulic
modeling, including 2-Dimensional
HEC-RAS models, for existing and proposed
conditions, evaluating alternative spillway
configurations developing conceptual
designs for preferred alternatives and
developing feasibility level opinions of
probable construction cost for spillway
modifications.
Lake Fayetteville was formed in 1949 when the City of
Fayetteville (the City) completed construction of the Lake
Fayetteville Dam, which created the reservoir to serve as the
City's water supply until the development of the Beaver Water
District in 1957. Since that time, the lake has provided a source
of recreation for the citizens of Fayetteville and the surrounding
areas.
In October 2018, the Arkansas Department of Agriculture's,
Natural Resources Division (ANRD), the agency in charge of
regulating dam safety in Arkansas, performed an annual
inspection of the dam. As the Lake Fayetteville Dam is
classified as an intermediate size and high hazard dam, the
spillway must be capable of safely passing the Probable
Maximum Flood (PMF). From reported calculations for the
spillway, ANRD records indicated that the spillway could only
handle 50% of the PMF event.
As a result of this information, the City retained FTN
Associates, Ltd. (FTN) to evaluate various options for the
possible modification of the Lake Fayetteville spillway. The
first objective was to determine the current inflows to the lake
produced by the contributing watershed for both the current
condition and future conditions. The second objective was to
determine the current spillway capacity up to the point the dam
would be overtopped, which utilized a 2-Dimensional hydraulic
model for the lake and downstream areas. As part of these
objectives, FTN worked with surveyors to perform an updated
topographic survey for a portion of the dam embankment, the
entire approach channel, exit channel, and spillway structure.
Currently, FTN is working on a feasibility study to evaluate
alternative spillway modifications and configurations for Lake
Fayetteville. The primary goal is to develop alternatives that
will not require too drastic of changes to the lake, which may
harm the lake's recreational function.
Mtn
Client
City of Fayetteville
Project Location
Fayetteville, Arkansas
Contact
Alan Pugh
Staff Engineer
City of Fayetteville
Fayetteville, AR 72712
(479) 575-8208
FTN Project Manager
Lee Beshoner, PE, CFM
Project Dates
2020 - 2021
Budget
$28,900
Throughout the last few decades, the City of Fayetteville (the City)
has experienced multiple flood events ranging in size and intensity
that have impacted streets and property. As part of the City's
efforts to solve local drainage hot spots, the City contracted with
FTN Associates, Ltd. (FTN) to evaluate an existing flood prone
area in the Middle Fork Hamestring Creek Watershed by
performing a drainage analysis to determine the current drainage
system's conveyance capabilities and to develop conceptual level
drainage scenarios for consideration to try and reduce the local
flooding issues. Project tasks included the following:
♦ Worked with City staff to obtain existing plan information
and performed field reconnaissance to gather additional
information for the subsurface and surface storm drainage
network.
♦ Developed a quasi -two-dimensional hydraulic model of the
area, analyzing both surface and sub -surface flow, using
PC-SWMM, a specialized version of the EPA-SWMM
(Storm Water Management Model).
♦ Incorporated rain -on -grid hydrologic modeling for multiple
storm events to determine runoff from each individual cell of
the two- dimensional surface grid to be routed through the
stormwater system.
♦ Developed model scenarios to represent current conditions
(prior to any improvements) and potential drainage
improvement conditions (e.g., improvements to drainage
infrastructure, etc.).
♦ Prepared floodplain boundary mapping, depth grids, and
storm animations to help visualize and prioritize areas for
potential improvements.
♦ Proposed several solutions to address existing and future
drainage problems, including surface detention improvements
and storm sewer capacity improvements.
Client
City of Bentonville, Arkansas
Project Location
Bentonville, Arkansas
Contact
City of Bentonville Engineering
Department
Dan Weese, PE
(479) 271-5966
Dennis Birge, PE
(479) 271-6840
FTN Project Manager
Kale Farmer, PE, CFM
Project Dates
2015 to 2017 — Limited Analysis
2019 to 2021 — Master Drainage
Analysis
♦ In 2016, Bentonville requested that FTN perform an in-depth
analysis of drainage issues in a portion of the downtown area.
The area in question had begun experiencing redevelopment;
with small homes being replaced with much larger structures.
The City wanted to evaluate the potential increase in runoff
volumes for the area due to the increased impervious area of
each lot. Additionally, FTN evaluated the current stormwater
system to determine the level of service it was currently
providing.
♦ FTN worked with City staff, an aerial photogrammetry firm,
and a local surveying subcontractor to obtain detailed
topographic and base map data of the project area. This
included a detailed survey of the sub -surface storm drainage
network and ground truthing for the photogrammetry.
♦ Based on the above, FTN developed a two-dimensional
hydraulic model of the area analyzing both surface and sub-
surface flow and drainage using PCSWMM, a program that
links a 2D surface water model to EPA's widely -used SWMM
(Storm Water Management Model). This model incorporated
rain -on -grid hydrologic modeling - a potentially more
accurate way to determine runoff from an area compared to
conventional methods that average input parameters over an
entire subwatershed.
♦ FTN proposed several solutions to address existing and future
drainage problems, including surface and sub -surface
detention, storm sewer capacity improvements, and
regulation/ordinance revisions. FTN also worked with the
City to identify several parcels within the study area that had
potential for use as detention basins, including limited
analysis of current value, and identified areas where sub-
surface detention would be most beneficial.
♦ Based on these efforts and previous experience in the City of
Bentonville, FTN was selected to perform studies across the
downtown area as part of a Master Drainage Analysis.
♦ FTN studied four separate watersheds using the methodology
described above to identify areas of potential drainage
improvement and develop recommendations to address the
drainage infrastructure needs for the entire downtown
Bentonville area. The proposed improvements included storm
sewer trunk line locations, ditch or storm sewer lateral line
modifications, and potential detention locations. Some of
these identified improvement areas were included in
Bentonville's most recent Drainage Bond program.
♦ FTN also assisted the City with grant applications by
developing conceptual plans and cost estimates, as well as
performing Benefit -Cost Analyses using the FEMA BCA
Toolkit.
Client:
City of Rogers, Arkansas
Project Location:
Rogers, Arkansas
Contact:
City of Rogers
Planning & Transportation Department
Lance Jobe, Project Engineer
(479) 621-1186
FTN Project Manager:
Kale Farmer, PE, CFM
Project Dates:
2012 — 2014
Budget:
$368,000
4Z=tn
Approximately 700 ft of Pleasant Ridge Road on the east edge of
the City of Rogers was experiencing failure or was at immediate
risk of failure. The primary contributing factors were the rapid
incision and bank erosion of a stream channel (Unnamed Tributary
to Lake Atalanta) adjacent to the road. This incision had been noted
to occur during precipitation events as small as 3 inches in 24
hours, with subsequent slope raveling/mass wasting of the road
embankment and opposite slope ongoing between precipitation
events. Both bank slopes were bare in areas and marginally stable
along this reach, with an average slope of 0.5H:1 V, becoming
nearly vertical at some locations where the top of the 13 to 16 ft
deep left bank slope met the edge of pavement. Localized piping of
backfill behind an existing retaining wall created a void with the
risk of sinkhole formation in the road. The proposed stream
restoration required:
♦ Use of HEC-HMS to develop stream hydrographs and
HEC-RAS to model hydraulic stream parameters in both
super- and subcritical flow regimes to develop solution to
stream incision / erosion issues.
♦ Providing additional channel capacity for larger, less
frequent flood events to help reduce likelihood of road
flooding in overbanks while reducing overall computed
proposed channel velocities for the range of discharges
associated with precipitation up to and including the 50-
year, 24-hour event.
♦ Final design, incorporating very steep left (east) bank
slope to accommodate guardrail and steep angle/drop
between top of road and channel, consisting of
geosynthetic drainage layer and cement -stabilized
limestone screenings behind stone gabion basket wall
replaced conventional slope repair that would not work
with limited available space.
♦ Limited stream impacts to meet USACE Stream
Restoration criteria, implement applicable USFWS Karst
Best Management Practices around springhead, and
comply with ADEQ construction stormwater permit.
♦ Meeting time constraints for repairs to minimize closure
of one lane (begin after the spring rainy season and
complete prior to resumption of public school in the fall).
♦ Designing and construct project for roadway stability,
public safety and aesthetics.
Client
City of Fayetteville
Project Location
Fayetteville, Arkansas
Contact
Chris Brown, PE
City of Fayetteville
City Engineer
(479) 575-8206
FTN Project Manager
Kale Farmer, PE, CFM
Project Dates
2011-2014
Budget
$200,100
=Ztn
The City of Fayetteville has experienced significant growth in
residential, commercial and infill developments over the past
decade. In an effort to minimize environmental impact and
encourage green infrastructure, the city developed an engineering
low -impact development (LID) guidance manual for individuals
and developers. Some existing city ordinances and typical drainage
design approaches described in the drainage criteria manual (DCM)
posed substantial barriers to the implementation of LID practices.
Through the work of the FTN project team, city staff, and a group
of external stakeholders, these barriers were identified and
categorized. Throughout the development of the LID chapter and
the DCM, these barriers were addressed or mitigated to encourage
the implementation of LID in new and infill developments.
The project included the following
♦ Evaluation of existing LID manuals from a wide range of
localities to select methods and techniques that were best
suited to Fayetteville.
♦ Thorough examination of existing city code and drainage
design criteria to identify barriers to LID implementation.
♦ Participation with, and evaluation of comments from, a city -
organized stakeholder group consisting of city staff,
representatives from local architectural and engineering firms,
faculty from the University of Arkansas, and the project team.
♦ Update and enhancement of the existing DCM to address
design criteria including channel protection, water quality, and
flood prevention, as well as development of a stand-alone LID
guidance chapter. The LID chapter included runoff reduction
methodology with a wide range of suggested green stormwater
practices (GSPs) for application to site -specific conditions.
Client
City of Russellville
Project Location
Russellville, Arkansas
Contact
City of Russellville
PO Box 428
Russellville, AR 72801
FTN Project Manager
Marc C. Johnson, PE, CFM
Budget
$220,000
Prairie CN.
View: r 9-USFue r 2-DSFue r 3-US
r S.BS LOB r 6-DS �' 7-DS ROB
View Description: Upstream Face
Detroit Ave.
r 4-US LOB
r 8-US ROB
RriM Photo File Name: c:lrusslvllphotos\PC_03p73.p1 .Close
Eight photos are stored for
each bridge in the database.
=Ztn
The City of Russellville, Arkansas, experienced increasing amounts
of flooding due to development within the drainage basin and an
aging and deteriorating drainage system. The City's 15-square-mile
drainage system has 28 sub -basins; 106 bridges, culverts, or pipeline
crossings; and 29 tributary streams. FTN Associates, Ltd. (FTN)
developed a master stormwater plan, a draft stormwater drainage
ordinance, and a design manual for the City. The project was awarded
the Outstanding Engineering Project by the Arkansas Chapter of the
American Council of Engineering Companies. The project included:
♦ Developing and implementing a public participation program to
help identify flood -prone areas.
♦ Preparing an inventory of all hydraulic structures crossing the
streams (bridges, culverts, and pipelines) in all the drainage
basins.
♦ Developing a hydraulic structures database complete with
panoramic photos; the database can be easily updated by City
staff.
♦ Hydrologic and hydraulic modeling of existing and proposed
improved conditions for multiple frequency.
♦ Developing a list of feasible flood reduction measures.
♦ Modeling flood reduction measures including channel
improvements, detention basins, and bridge/culvert
replacements.
♦ Developing a stormwater drainage ordinance including design
guidance.
♦ Estimating costs for recommended improvements and
prioritizing improvements.
♦ Mapping inundated areas for existing and proposed improvement
conditions.
Roadway overtopping.
Client
Entergy Services, Inc.
Project Location
Pine Bluff, Arkansas
Contact
Entergy Services
PO BOX 551
Little Rock, AR
FTN Associates, Ltd. (FTN) performed HEC-1 and UNET modeling to
evaluate causes of historical flooding at Entergy's Systems Operations
Center (SOC) where power is now scheduled for their entire grid. Entergy
cannot tolerate flooding to this vital center. Consequently, FTN evaluated
the impact of ultimate development conditions and determined
preliminary alternatives for preventing flooding at the site for up to the
1% annual occurrence flood (i.e., a flood of the magnitude that it is only
like to occur once within a 100 years). This also had to be done without
increasing downstream flooding for a residential neighborhood.
The solution was the replacement of constricting culverts just downstream
of the SOC and the addition of a side stream diversion weir and detention
72203 pond. FTN designed the improvements and prepared construction
documents and Section 404 permit documentation for the project.
FTN Project Manager
Roger O. Dodds, PE
Budget
$30,000
r'
---------------
=Ztn
Client
City of Sherwood
Project Location
Sherwood, Pulaski County, AR
Contact
City Engineer
City of Sherwood
PO Box 6256
Sherwood, AR 72124-6256
(501) 835-1274
FTN Project Manager
Linda S. Johnson, PE, CFM
Project Dates
2012 to 2014
Budget
NTE $200,000
o®
City o/ Sherwood
f Ny�.O 4Nm untl Sadlory S.�n. Mqn Bod Ib.,. �uyml
17 v...ai �w Nytl' lS
Mtn
The City of Sherwood contracted with FTN to assist with
I)mapping of the City's Municipal Separate Storm Sewer
System (MS4) as required by their MS4 General Permit and
2) gathering information to be used for additional drainage
studies. The MS4 map must include the locations of all outfalls
from the MS4 and the names and locations of surface waters that
receive discharges from those outfalls. The map must also
include the entire MS4 system, including inlet and outlet points
and connectivity (e.g., catch basins, pipes, ditches, and public
and private stormwater facilities).
FTN prepared a digital base map of the City that included
information relative to the MS4 map (e.g., corporate limits,
roads, NHD streams). The digital map also included development
of a grid system (coordinated with their existing sanitary sewer
system mapping) to assist in the location of MS4 system
components during the field identification and verification stage.
A GIS database was used to capture the pertinent data required
for the MS4 map as well as to allow for additional data to be
entered for use in creating an inventory of the City's storm
drainage infrastructure and to support future drainage project
needs (e.g., pipe sizes, invert elevations, etc.).
FTN reviewed the City's files to identify and index the available
data relative to the MS4 map. All of the available data were
entered into the database and areas of data deficiencies were
identified. To assist with identification of other existing drainage
features, aerial photography, and contour data of the City was
reviewed to locate catch basins, outfalls, drainage channels, and
other relevant drainage features. FTN also supplied support for
the field identification and verification of the MS4 drainage
system.
To assist the City in its compliance with part of the MS4 permit's
public outreach requirement, FTN prepared a questionnaire to be
distributed to the citizens of Sherwood.
APPENDIX C
Qualification Summary Form
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 23-01, Engineering & Architectural Services
DEADLINE: Tuesday, January 31, 2023 before 2:00 PM, local time
SR. PURCHASING AGENT: Amanda Beilfuss, abeilfuss@fayetteville-ar.gov
DATE OF ISSUE AND ADVERTISEMENT: 01/08/2023
REQUEST FOR STATEMENTS OF QUALIFICATION
RFQ 23-01, Engineering & Architectural Services
It is the intent for the accepted responses of this solicitation to be considered for all
engineering and architectural selections for 2023.
The City may select engineers and architects for bond projects from this RFQ as well
as projects related to funding from the American Rescue Plan.
The City reserves the right to issue a separate RFQ at any time for any job specific
engineering and/or architectural selection.
Submittals shall be submitted via upload and complete submission on the City's electronic platform at
http://fayetteville-ar.gov/bids. No physical copies shall be submitted. The City will not accept late or misdirected
responses.
All statements of qualification shall be submitted in accordance with the attached City of Fayetteville specifications and
documents attached hereto. Each Proposer is required to fill in every blank and shall supply all information requested;
failure to do so may be used as basis of rejection. Any bid, proposal, or statements of qualification will be rejected that
violates or conflicts with state, local, or federal laws, ordinances, or policies.
The Proposer hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated herein, and in strict
accordance with the specifications and general conditions of bidding, all of which are made a part of this offer. This offer is not subject
to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City Purchasing Director.
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
Page 1 of 14
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
Advertisement
City of Fayetteville, AR
Request for Statements of Qualification
RFQ 23-01, Engineering & Architectural Services
The City of Fayetteville, Arkansas, is requesting statements of qualifications from firms interested in providing engineering,
architectural, & land surveying services for 2023 street, drainage, bridge, water & sewer, trails, parks, and other projects.
All statements shall be received by Tuesday, January 31, 2023 before 2:00 PM, local time utilizing the City's electronic
portal located at http://fayetteville-ar.gov/bids. Late or misdirected proposals will not be accepted. Proposals will not be
accepted after the deadline. The City of Fayetteville will not be responsible for lost or misdirected RFQ's, or failure of
bidder's technical equipment.
Forms & addendums can be downloaded from the City's electronic portal at http://fayetteville-ar.gov/bids. All questions
regarding the process shall be directed to Amanda Beilfuss at abeilfuss@fayetteville-ar.gov or (479)575-8220.
All interested parties shall be qualified to do business and licensed in accordance with all applicable laws of the state and
local governments where the project is located. Interested parties shall be registered with the Arkansas Secretary of State.
Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women
business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville
encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business
enterprises.
The City of Fayetteville reserves the right to reject any or all Proposals and to waive irregularities therein, and all parties
agree that such rejection shall be without liability on the part of the City of Fayetteville for any damage or claim brought by
any interested party because of such rejections, nor shall any interested party seek any recourse of any kind against the
City of Fayetteville because of such rejections. The filing of any Statement in response to this invitation shall constitute an
agreement of the interested party to these conditions.
City of Fayetteville
By: Amanda Beilfuss, Sr. Purchasing Agent
P: 479.575.8220 abeilfuss@fayetteville-ar.gov
TDD (Telecommunications Device for the Deaf): (479) 521-1316
Date of advertisement: 01/08/2023
This publication was paid for by the Purchasing Division of the City of Fayetteville, Arkansas.
Amount paid: $XXX.XX.
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
Page 2 of 14
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
Appendix
SECTION:
PAGE NUMBER
Cover Page
01
Advertisement
02
SECTION A: General Terms & Conditions
04
SECTION B: Vendor References
11
SECTION C: Summary Form
12
SECTION D: Signature Submittal
14
Appendix A: City Standard Federal Contract Provisions
15
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
Page 3 of 14
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
SECTION A: General Terms & Conditions
1. SUBMISSION OF A STATEMENT OF QUALIFICATION SHALL INCLUDE:
A written narrative describing the method or manner in which the Proposer proposes to satisfy requirements of
this RFQ in the most cost-effective manner. The term Proposer shall be in reference to a firm or individual
responding to this solicitation. The term proposal is used in this document as equal to statement of qualification.
A description of the Proposer's experience in providing the same or similar services as outlined in the RFQ. This
description should include the names of the person(s) who will provide the services, their qualifications, and the
years of experience in performing this type of work. Also, include the reference information requested in this RFQ.
Electronic Submittal: Proposers are required to go to http://fayetteville-ar.gov/bids and follow the prompts to
submit a statement of qualification within the electronic platform. Physical submittals are not allowed for this
RFQ.
SWs shall be prepared simply and economically, providing a straightforward, concise description
of its ability to meet the requirements for the project. Fancy bindings, colored displays, and
promotional material are not required. Emphasis should be on completeness and clarity of
content. All documents submitted through the electronic portal shall be standard page size of 8
%" x 11". Exceptions would be schematics, exhibits, one -page resumes, and City required forms.
Limit proposal to twenty- five (25) pages or less, excluding one -page team resumes, references,
and forms required by the City for completion. All proposals shall be uploaded in a PDF format to
the City's electronic platform prior to the stated deadline.
d. Proposals will be reviewed following the stated deadline, as shown on the cover sheet of this document. Only the
names of responders will be available as selections will be made all year for various projects.
e. Proposers shall submit a statement of qualification based on documentation published by the Fayetteville
Purchasing Division.
f. Proposals must follow the format of the RFQ. Proposers should structure their responses to follow the sequence
of the RFQ, if provided.
g. Proposers shall have experience in work of the same or similar nature and must provide references that will satisfy
the City of Fayetteville. Proposer may furnish a reference list of clients for whom they have performed similar
services and must provide information as requested in this document.
Proposer is advised that exceptions to any of the terms contained in this RFQ or the attached service agreement
must be identified in its response to the RFQ. Failure to do so may lead the City to declare any such term non-
negotiable. Proposer's desire to take exception to a non-negotiable term will not disqualify it from consideration
for award.
i. Local time shall be defined as the time in Fayetteville, Arkansas on the due date of the deadline. Documents shall
be received before the deadline time as shown by the atomic clock located in the Purchasing Division Office.
2. WRITTEN REQUESTS FOR INTERPRETATIONS OR CLARIFICATION:
No oral interpretations will be made to any firms as to the meaning of specifications or any other contract documents.
All questions pertaining to the terms and conditions or scope of work of this proposal must be sent in writing via e-mail
to the Purchasing Department. Responses to questions may be handled as an addendum if the response would provide
clarification to the requirements of the proposal. All such addenda shall become part of the contract documents. The
City will not be responsible for any other explanation or interpretation of the proposed RFQ made or given prior to the
award of the contract.
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
Page 4 of 14
3. RIGHTS OF CITY OF FAYETTEVILLE IN THIS PROCESS:
In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the following:
d. The City of Fayetteville reserves the right to rank firms and negotiate with the highest-ranking firm. Negotiation
with an individual Proposer does not require negotiation with others.
e. The City of Fayetteville reserves the right to select the proposal that it believes will serve the best interest of the
City.
f. The City of Fayetteville reserves the right to accept or reject any or all proposals.
g. The City of Fayetteville reserves the right to cancel the entire request.
h. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in the request for
statements of qualification or resulting submittal.
i. The City of Fayetteville reserves the right to request any necessary clarifications, additional information, or proposal
data without changing the terms of the proposal.
j. The City of Fayetteville reserves the right to make selection of the Proposer to perform the services required on
the basis of the original proposals without negotiation.
k. The City of Fayetteville intends on utilizing the received proposals for applicable 2023 engineering, architectural,
and land surveying projects. Projects believed to be under $35,000 by the City will be selected by the
Department/Division head in accordance with the presented selection criteria in this RFQ. Projects expected to
exceed $35,000 shall be voted on by the selection committee and any related contract exceeding $35,000 shall
require formal authorization by the Fayetteville City Council.
4. EVALUATION CRITERIA:
The evaluation criterion defines the factors that will be used by the selection committee to evaluate and score
responsive, responsible and qualified proposals. Proposers shall include sufficient information to allow the selection
committee to thoroughly evaluate and score proposals. Each proposal submitted shall be evaluated and ranked by a
selection committee. The contract will be awarded to the most qualified Proposer, per the evaluation criteria listed in
this RFQ. Proposers are not guaranteed to be ranked.
5. COSTS INCURRED BY PROPOSERS:
All expenses involved with the preparation and submission of proposals to the City, or any work performed in
connection therewith, shall be borne solely by the Proposer(s). No payment will be made for any responses received,
or for any other effort required of, or made by, the Proposer(s) prior to contract commencement.
6. ORAL PRESENTATION:
An oral presentation and/or interview may be requested of any firm, at the selection committee's discretion.
7. CONFLICT OF INTEREST:
d. The Proposer represents that it presently has no interest and shall acquire no interest, either direct or indirect,
which would conflict in any manner with the performance or services required hereunder, as provided in City of
Fayetteville Code Section 34.26 titled "Limited Authority of City Employee to Provide Services to the City".
e. The Proposer shall promptly notify Amanda Beilfuss, City Sr. Purchasing Agent, in writing, of all potential conflicts
of interest for any prospective business association, interest, or other circumstance which may influence or appear
to influence the Proposer's judgment or quality of services being provided. Such written notification shall identify
the prospective business association, interest or circumstance, the nature of which the Proposer may undertake
and request an opinion to the City as to whether the association, interest or circumstance would, in the opinion of
the City, constitute a conflict of interest if entered into by the Proposer. The City agrees to communicate with the
Proposer its opinion via e-mail or first-class mail within thirty days of receipt of notification.
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
Page 5 of 14
8. WITHDRAWAL OF PROPOSAL:
A proposal may be withdrawn at any time.
9. LATE PROPOSAL OR MODIFICATIONS:
d. Proposal and modifications received after the time set for the proposal submittal shall not be considered.
Modifications in writing received prior to the deadline will be accepted. The City will not be responsible for
misdirected responses. Proposers will receive an email confirmation after successful submission in the electronic
submission platform.
e. The time set for the deadline shall be local time for Fayetteville, AR. All proposals shall be received in the
Purchasing Division BEFORE the deadline stated. The official clock to determine local time shall be the clock
located in the electronic platform.
10. LOCAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS:
d. The laws of the State of Arkansas apply to any purchase made under this request for statements of qualification.
Proposers shall comply with all local, state, and federal directives, orders and laws as applicable to this proposal
and subsequent contract(s) including but not limited to Equal Employment Opportunity (EEO), Disadvantaged
Business Enterprises (DBE), & OSHA as applicable to this contract.
e. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority
and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of
Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority
and women business enterprises.
11. COLLUSION:
The Proposer, by affixing his or her signature to this proposal, agrees to the following: "Proposer certifies that his
proposal is made without previous understanding, agreement, or connection with any person, firm or corporation
making a proposal for the same item(s) and/or services and is in all respects fair, without outside control, collusion,
fraud, or otherwise illegal action."
F�#:�[�IG��l�11�1�11t�Y�1/_�_PI�1�I.���1L�IItI�I►�
d. The City of Fayetteville reserves the privilege of auditing a vendor's records as such records relate to purchases
between the City and said vendor.
e. Freedom of Information Act: City contracts and documents prepared while performing City contractual work are
subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the
City of Fayetteville, the (Contractor) will do everything possible to provide the documents in a prompt and timely
manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally
authorized photocopying costs pursuant to the FOIA may be assessed for this compliance.
f. Legal jurisdiction to resolve any disputes shall be Arkansas with Arkansas law applying to the case.
13. CITY INDEMNIFICATION:
The successful Proposer(s) agrees to indemnify the City and hold it harmless from and against all claims, liability, loss,
damage or expense, including but not limited to counsel fees, arising from or by reason of any actual or claimed
trademark, patent or copyright infringement or litigation based thereon, with respect to the services or any part thereof
covered by this order, and such obligation shall survive acceptance of the services and payment thereof by the City.
14. VARIANCE FROM STANDARD TERMS & CONDITIONS:
All standard terms and conditions stated in this request for statements of qualification apply to this contract except as
specifically stated in the subsequent sections of this document, which take precedence, and should be fully understood
by Proposers prior to submitting a proposal on this requirement.
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
Page 6 of 14
15. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION:
Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call
479.521.1316 (telecommunications device for the deaf), not later than seven days prior to the deadline. Persons
needing translation of this document shall contact the City of Fayetteville, Purchasing Division, immediately.
16. PAYMENTS AND INVOICING:
The Proposer must specify in their proposal the exact company name and address which must be the same as invoices
submitted for payment as a result of award of this RFQ. Further, the successful Proposer is responsible for immediately
notifying the Purchasing Division of any company name change, which would cause invoicing to change from the name
used at the time of the original RFQ. Payment will be made within thirty days of invoice received. The City of Fayetteville
is very credit worthy and will not pay any interest or penalty for untimely payments. Payments can be processed
through Proposer's acceptance of Visa at no additional costs to the City for expedited payment processing. The City
will not agree to allow any increase in hourly rates by the contract without PRIOR Fayetteville City Council approval.
17. CANCELLATION:
d. The City reserves the right to cancel this contract without cause by giving thirty (30) days prior notice to the
Contractor in writing of the intention to cancel or with cause if at any time the Contractor fails to fulfill or abide by
any of the terms or conditions specified.
e. Failure of the contractor to comply with any of the provisions of the contract shall be considered a material breach
of contract and shall be cause for immediate termination of the contract at the discretion of the City of Fayetteville.
In addition to all other legal remedies available to the City of Fayetteville, the City reserves the right to cancel and
obtain from another source, any items and/or services which have not been delivered within the period of time
from the date of order as determined by the City of Fayetteville.
g. In the event sufficient budgeted funds are not available for a new fiscal period, the City shall notify the vendor of
such occurrence and contract shall terminate of the last day of the current fiscal period without penalty or expense
to the City.
18. ASSIGNMENT, SUBCONTRACTING, CORPORATE ACQUISITIONS AND/OR MERGERS:
d. The Contractor shall perform this contract. No assignment of subcontracting shall be allowed without prior written
consent of the City. If a Proposer intends to subcontract a portion of this work, the Proposer shall disclose such
intent in the proposal submitted as a result of this RFQ.
e. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the City within
thirty (30) calendar days of Contractor's notice of such action or upon the occurrence of said action, whichever
occurs first. The right to terminate this contract, which shall not be unreasonably exercised by the City, shall
include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of
interest or are contrary to any local, state, or federal laws. Action by the City awarding a proposal to a firm that has
disclosed its intent to assign or subcontract in its response to the RFQ, without exception shall constitute approval
for purpose of this Agreement.
19. NON-EXCLUSIVE CONTRACT:
Award of this RFQshall impose no obligation on the City to utilize the vendor for all work of this type, which may develop
during the contract period. This is not an exclusive contract. The City specifically reserves the right to concurrently
contract with other companies for similar work if it deems such an action to be in the City's best interest. In the case
of multiple -phase contracts, this provision shall apply separately to each item.
20. ADDITIONAL REQUIREMENTS:
The City reserves the right to request additional services relating to this RFQ from the Proposer. When approved by
the City as an amendment to the contract and authorized in writing prior to work, the Contractor shall provide such
additional requirements as may become necessary.
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
Page 7 of 14
21. SERVICES AGREEMENT:
A written agreement, in substantially the form attached, incorporating the RFQ and the successful proposal will be
prepared by the City, signed by the successful Proposer and presented to the City of Fayetteville for approval and
signature of the Mayor.
22. INTEGRITY OF STATEMENT OF QUALIFICATION (RFQ) DOCUMENTS:
Proposers shall use the original RFQ form(s) provided by the Purchasing Division and enter information only in the
spaces where a response is requested. Proposers may use an attachment as an addendum to the RFQ form(s) if
sufficient space is not available on the original form for the Proposer to enter a complete response. Any modifications
or alterations to the original RFQ documents by the Proposer, whether intentional or otherwise, will constitute grounds
for rejection of such RFQ response. Any such modifications or alterations a Proposer wishes to propose shall be clearly
stated in the Proposer's RFQ response and presented in the form of an addendum to the original RFQ documents.
23. LOBBYING:
Lobbying or communicating with selection committee members, City of Fayetteville employees, or elected officials
regarding request for proposals, request for qualifications, bids or contracts, during the pendency of bid protest, by the
bidder/proposer/protestor or any member of the bid der's/propose r's/protestor's staff, and agent of the
bidder/proposer/protestor, or any person employed by any legal entity affiliated with or representing an organization
that is responding to the request for proposal, request for qualification, bid or contract, or has a pending bid protest is
strictly prohibited either upon advertisement or on a date established by the City of Fayetteville and shall be prohibited
until either an award is final or the protest is finally resolved by the City of Fayetteville; provided, however, nothing
herein shall prohibit a prospective/bidder/proposer from contacting the Purchasing Division to address situations such
as clarification and/or questions related to the procurement process. For purposes of this provision lobbying activities
or communication shall include but not be limited to, influencing or attempting to influence action or non -action in
connection with any request for proposal, request for qualification, bid or contract through direct or indirect oral or
written communication or an attempt to obtain goodwill of persons and/or entities specified in this provision. Such
actions may cause any request for proposal, request for qualification, bid or contract to be rejected.
24. DEBARRED ENTITIES:
By submitting a statement of qualification, vendor states submitting entity is not a debarred contractor with the federal,
any state, or local government.
25. OTHER GENERAL CONDITIONS:
d. Proposers shall provide the City with proposals signed by an employee having legal authority to submit proposals
on behalf of the Proposer. The entire cost of preparing and providing responses shall be borne by the Proposer.
e. The City reserves the right to request any additional information it deems necessary from any or all Proposers after
the submission deadline.
f. The request for statement of qualification is not to be construed as an offer, a contract, or a commitment of any
kind; nor does it commit the city to pay for any costs incurred by Proposer in preparation. It shall be clearly
understood that any costs incurred by the Proposer in responding to this request for statements of qualification is
at the Proposer's own risk and expense as a cost of doing business. The City of Fayetteville shall not be liable for
reimbursement to the Proposer for any expense so incurred, regardless of whether or not the proposal is accepted.
g. If products, components, or services other than those described in this bid document are proposed, the Proposer
must include complete descriptive literature for each. All requests for additional information must be received
within five working days following the request.
h. Any uncertainties shall be brought to the attention to Amanda Beilfuss immediately via telephone (479.575.8220)
or e-mail (abeilfuss@fayetteville-ar.gov). It is the intent and goal of the City of Fayetteville Purchasing Division to
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
Page 8 of 14
provide documents providing a clear and accurate understanding of the scope of work to be completed and/or
goods to be provided. We encourage all interested parties to ask questions to enable all Proposers to be on equal
terms.
Any inquiries or requests for explanation in regard to the City's requirements should be made promptly to Amanda
Beilfuss, City of Fayetteville, Sr. Purchasing Agent via e-mail (abeilfuss@fayetteville-ar.gov) or telephone
(479.575.8220). No oral interpretation or clarifications will be given as to the meaning of any part of this request
for statements of qualification. All questions, clarifications, and requests, together with answers, if any, will be
provided to all firms via written addendum. Names of firms submitting any questions, clarifications, or requests
will not be disclosed until after a contract is in place.
j. At the discretion of the City, one or more firms may be asked for more detailed information before final ranking of
the firms, which may also include oral interviews.
k. Any information provided herein is intended to assist the Proposer in the preparation of proposals necessary to
properly respond to this RFQ. The RFQ is designed to provide qualified Proposers with sufficient basic information
to submit proposals meeting minimum specifications and/or test requirements but is not intended to limit a RFQ's
content or to exclude any relevant or essential data.
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 proceeding based on any alleged lack of jurisdiction or improper venue or any
similar basis.
m. The successful Proposer shall not assign the whole or any part of this Contract or any monies due or to become due
hereunder without written consent of City of Fayetteville. In case the successful Proposer assigns all or any part of
any monies due or to become due under this Contract, the Instrument of assignment shall contain a clause substan-
tially to the effect that is agreed that the right of the assignee in and to any monies due or to become due to the
successful Proposer shall be subject to prior liens of all persons, firms, and corporations for services rendered or
materials supplied for the performance of the services called for in this contract.
The successful Proposer's attention is directed to the fact that all applicable Federal and State laws, municipal
ordinances, and the rules and regulations of all authorities having jurisdiction over the services shall apply to the
contract throughout, and they will be deemed to be included in the contract as though written out in full herein. The
successful Proposer shall keep himself/herself fully informed of all laws, ordinances and regulations of the Federal,
State, and municipal governments or authorities in any manner affecting those engaged or employed in providing
these services or in any way affecting the conduct of the services and of all orders and decrees of bodies or tribunals
having any jurisdiction or authority over same. If any discrepancy or inconsistency should be discovered in these
Contract Documents or in the specifications herein referred to, in relation to any such law, ordinance, regulation,
order or decree, s/he shall herewith report the same in writing to City of Fayetteville.
o. All interested parties shall understand the City is not utilizing AIA contracts for projects. Standard City contracts will
be used for all projects.
26. INSURANCE:
d. Any project selected under this RFQ shall require professional liability insurance in the amount of $1 million US
dollars, at minimum. Such Certificate of Insurance shall list the City as an additional insured and not be required
unless firm is selected.
27. ATTACHMENTS:
a. Appendix A: City Standard Federal Contract Provisions
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
Page 9 of 14
28. SELECTION CRITERIA:
The evaluation criterion below defines the factors which will be used by the selection committee to evaluate and score
responsive, responsible and qualified proposals. The evaluation factors are as follows:
1. 30 Points — Specialized experience and technical competence of the firm with respect to the type of professional
services required
2. 25 Points —Capacity and capability of the firm the perform the work in question including specialized services, within
the time limitations fixed for the completion of the project
3. 25 Points — Past record of performance of the firm with respect to such factors as control of costs, quality of work,
and ability to meet schedules and deadlines
4. 20 Points — Firm's proximity to and familiarity with the area in which the project is located
"Note: Price shall not be a considered factor used to select a vendor. In the event the City is not able to negotiate
a successful contract with the selected vendor, the City reserves the right to cease negotiations with such selected
vendor and proceed on to the next selected vendor. Statements of Qualification/Proposals shall NOT include prices,
hourly fees, consulting rates, etc. of any kind.
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
Page 10 of 14
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
SECTION B: Vendor References
The following information is required from all firms so all statements of qualification may be reviewed and properly evaluated:
COMPANY NAME: FTN Associates, Ltd.
NUMBER OF YEARS IN BUSINESS: 41 HOW LONG IN PRESENT LOCATION:
TOTAL NUMBER OF CURRENT EMPLOYEES: 72 FULLTIME 62
16
PARTTIME 10
NUMBER OF EMPLOYEES PLANNED FOR THIS CONTRACT: FULLTIME PARTTIME
PLEASE LIST FOUR (4) REFERENCES THAT YOU HAVE PREVIOUSLY PERFORMED CONTRACT SERVICES FOR WITHIN THE PAST FIVE (5)
YEARS (All fields must be completed):
1 City of Hot Springs
COMPANY NAME
Hot Springs, Arkansas 71902
CITY, STATE, ZIP
Denny McPhate, CFM
CONTACT PERSON
(501)321-6866
TELEPHONE
(501) 321-6868
FAX NUMBER
DMcPhate@cityhs.net
E-MAIL ADDRESS
3 City of Springdale
COMPANY NAME
Springdale, Arkansas 72764
CITY, STATE, ZIP
Ryan Carr, PE, POTE, CFM
CONTACT PERSON
(479)750-8114
TELEPHONE
(479)750-8559
FAX NUMBER
rcarr@springdalear.gov
E-MAIL ADDRESS
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
Page 11 of 14
Arkansas Department of Agriculture
Z Natural Resources Division
COMPANY NAME
Little Rock, Arkansas 72201
CITY, STATE, ZIP
Whitney Montague, CFM
CONTACT PERSON
(501)682-3969
TELEPHONE
(501)682-3991
FAX NUMBER
whitney.montague@arkansas.gov
E-MAIL ADDRESS
4 City of Fayetteville
COMPANY NAME
Fayetteville, Arkansas 72701
CITY, STATE, ZIP
Alan Pugh, PE, CFM
CONTACT PERSON
(479)575-8206
TELEPHONE
(479)575-8257
FAX NUMBER
apugh@fayetteville-ar.gov
E-MAIL ADDRESS
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
SECTION C: 2023 Annual Statement of Qualifications Summary Form
ATTENTION: This form shall be completed and returned with EACH SUBMITTED Statement of Qualification. The City will
utilize the selection marked by each firm to correspond with the scope of work for each project.
NAME OF FIRM: FTN Associates, Ltd.
SUMMARY STATEMENT:
Proposer should provide summary information on this form by checking the areas of expertise based on experience and
qualifications.
This form must be completed and returned in order for your proposal to be eligible for consideration.
Airport
Mechanical
Architecture
Natural Resource/Conservation Planning
Bridges
Parks: Urban Forestry Planning
Carbon Sequestration Analysis
Parks: Land Dedication Fees Consultant
Civil/Structural Design
Site Utility
Climate Resilience Analysis
Studio Design
Construction Administration
Storm Water Management
Drainage Design, Analysis, & Planning
Stormwater Modeling
Ecosystem Services Analysis
Stormwater Design
Electrical
Structural Design
Environmental Analysis, Remediation, &
Permitting
Surveying
Environmental Water Services
Sustainability Design
Floodplain Services
Testing Services: Soil/Materials
GIS Mapping
Traffic Studies
Geotechnical Engineering
Utility Asset Inspections
Hydrology
Value Engineering
Independent Fee Estimates
Wastewater Design
Interior Design
Wastewater Management
Landscape Architecture
Wastewater Modeling
LEED/Sites Certification
Wastewater Rate Studies
Lighting Design
Wastewater SSES
Master Planning: Arts/Culture
Water/ Sewer Rate Studies
Master Planning: City/Government
Water Audit Services
Master Planning: Parks
Water Design
Master Planning: Streets
Water Management
Master Planning: Wastewater
Water Modeling
Master Planning: Water
Water Quality Monitoring
Wetlands
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
Page 12 of 14
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
SECTION D: Signature Submittal
1. DISCLOSURE INFORMATION
Proposer must disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any
relationship with any City of Fayetteville employee. Proposer response must disclose if a known relationship exists between
any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official.
If, to your knowledge, no relationship exists, this should also be stated in your response. Failure to disclose such a
relationship may result in cancellation of a purchase and/or contract as a result of your response. This form must be
completed and returned in order for your bid/proposal to be eligible for consideration.
PLEASE CHECK ONE OF THE FOLLOWING TWO OPTIONS, AS IT APPROPRIATELY APPLIES TO YOUR FIRM:
1) NO KNOWN RELATIONSHIP EXISTS
2) RELATIONSHIP EXISTS (Please explain):
I certify that; as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the
information provided herein are accurate and true; and my organization shall comply with all State and Federal Equal
Opportunity and Non -Discrimination requirements and conditions of employment.
Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott
Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public
entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must
notify the contracted public entity in writing.
2. PRIMARY CONTACT INFORMATION
At the discretion of the City, one or more firms may be asked for more detailed information before final ranking of the firms,
which may also include oral interviews. NOTE: Each Proposer shall submit to the City a primary contact name, e-mail
address, and phone number where the City's Purchasing Division can contact for clarification or interview request.
Name of Firm: FTN Associates, Ltd.
Name of Primary Contact:
Title of Primary Contact
Lee Beshoner, PE, CFM
Project Manager
Phone Number: (479) 571-3334
E-Mail Address: ljb@ftn-assoc.com
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
Page 13 of 14
3. ACKNOWLEDGEMENT OF ADDENDA
Acknowledge receipt of addenda for this invitation to bid, request for proposal, or request for qualification by signing and
dating below. All addendums are hereby made a part of the bid or RFP documents to the same extent as though it were
originally included therein. Proposers/Bidders should indicate their receipt of same in the appropriate blank listed herein.
Failure to do so may subject Contractor to disqualification.
ADDENDUM NO.
SIGNATURE AND PRINTED NAME
DATE ACKNOWLEDGED
1
Lec i3E5Hotic 2
1-31-2023
4. DEBARMENT CERTIFICATION:
As an interested party on this project, you are required to provide debarment/suspension certification indicating in
compliance with the below Federal Executive Order. Certification can be done by completing and signing this form.
Federal Executive Order (E.O.)12549 "Debarment and Suspension" requires that all contractors receiving individual awards,
using federal funds, and all sub -recipients certify that the organization and its principals are not debarred, suspended,
proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing
business with the Federal Government.
Signature certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared
ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency.
Questions regarding this form should be directed to the City of Fayetteville Purchasing Division.
COMPANY: FTN Associates, Ltd.
PHYSICAL ADDRESS: 124 W Sunbridge, Suite 3, Fayetteville, Arkansas 72703
MAILING ADDRESS: Same as above
PHONE: (479) 571-3334 FAX: (479) 571-3338
E-MAIL: ljb@ftn-assoc.com
TAX ID #: 64-0642992 U E 1 #:
Signed (By submitting ur response, ou certify that you are authorized to represent and bind your company):
SIGNATURE:—
PRINTED NAME: Lee J. Beshoner
TITLE: Project Manager DATE: 1-31-2023
City of Fayetteville, AR
RFQ 23-01, Engineering & Architectural Services
Page 14 of 14
CITY OF
FAYETTEVILLE
ARKANSAS
RFQ 23-01, Engineering and Architectural Services
Appendix A: Contract Provisions for Non -Federal Entity Contracts Under Federal Awards
CODE OF FEDERAL REGULATIONS
TITLE 2 — GRANTS AND AGREEMENTS
PART 200, APPENDIX II
Appendix A: Appendix II to Part 200 — Contract Provisions for Non -Federal Entity Contracts Under Federal Awards
Appendix II to Part 200, Title 2 — Contract Provisions for Non -Federal Entity Contracts Under Federal Awards
https://www.govinfo.gov/content/pkg/CFR-2021-title2-vol l/pdf/CFR-2021-title2-vol l-part200. pdf
Contractors and vendors shall comply with the following federal guidelines, in accordance with the most recent published version of
Appendix II to Part 200—Contract Provisions for Non -Federal Entity Contracts Under Federal Awards. The definition of a "non -Federal
entity" in this section shall mean the City of Fayetteville, AR. Language in this Appendix shall override and supersede any language
contained in the bid documents. All parties shall understand the terms "vendor" and "contractor" may apply to a design firm,
construction contractor and/or sub -contractor. Language in this appendix shall apply as it is applicable to federal law. Design firms
shall incorporate all applicable federal language into bid specifications, qualification requirements and contract documents prepared
for City of Fayetteville projects.
1. Termination for Cause and Convenience
The City of Fayetteville reserves the right to cancel this Contract, without cause, by giving thirty (30) days' notice to
the vendor of the intent to cancel, or with cause if at any time the vendor fails to fulfill or abide by any of the terms
or conditions specified. This Agreement shall be automatically terminated if funds under federal award, number are
discontinued by the awarding agency for any reason. Such termination shall take effect upon receipt of written notice.
If there is a need to settle on an early termination, partial payment up to the termination date would be determined
by incurrence of allowable cost, by completion of task, by percent of time completed up to the settlement, or some
other method as defined by the City upon review of the vendor's records.
Failure of the vendor to comply with any of the provisions of this contract shall be considered a material breach of
contract and shall be cause for immediate termination of the contract at the discretion of the City of Fayetteville.
In addition to all other legal remedies available to the City of Fayetteville, the City reserves the right to cancel and
obtain from another source any services which have not been provided within the period of time stated in the
proposal, or if no such time is stated, within a reasonable period of time from the date of order or request, as
determined by the City.
2. Equal Employment Opportunity —Vendor shall comply with 41 CFR 60-1.4(b)
a. During the performance of this contract, the vendor agrees as follows:
(1) The vendor will not discriminate against any employee or applicant for employment because of
race, color, religion, sex, sexual orientation, gender identity, or national origin. The vendor will take
affirmative action to ensure that applicants are employed, and that employees are treated during
employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or
national origin. Such action shall include, but not be limited to the following: Employment,
upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination;
rates of pay or other forms of compensation; and selection for training, including apprenticeship.
The vendor agrees to post in conspicuous places, available to employees and applicants for
employment, notices to be provided setting forth the provisions of this nondiscrimination clause.
City of Fayetteville, AR
Appendix A - Contract Provisions for Non -Federal Entity Contracts Under Federal Awards, CFR Part 200, Appendix II
Last Updated: 12/02/2022
Page 1 of 7
(2) The vendor will, in all solicitations or advertisements for employees placed by or on behalf of the
vendor, state that all qualified applicants will receive consideration for employment without regard
to race, color, religion, sex, sexual orientation, gender identity, or national origin.
(3) The vendor will not discharge or in any other manner discriminate against any employee or
applicant for employment because such employee or applicant has inquired about, discussed, or
disclosed the compensation of the employee or applicant or another employee or applicant. This
provision shall not apply to instances in which an employee who has access to the compensation
information of other employees or applicants as a part of such employee's essential job functions
discloses the compensation of such other employees or applicants to individuals who do not
otherwise have access to such information, unless such disclosure is in response to a formal
complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an
investigation conducted by the employer, or is consistent with the vendor's legal duty to furnish
information.
(4) The vendor will send to each labor union or representative of workers with which he has a collective
bargaining agreement or other contract or understanding, a notice to be provided advising the said
labor union or workers' representatives of the vendor's commitments under this section, and shall
post copies of the notice in conspicuous places available to employees and applicants for
employment.
(5) The vendor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of
the rules, regulations, and relevant orders of the Secretary of Labor.
(6) The vendor will furnish all information and reports required by Executive Order 11246 of September
24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and
will permit access to his books, records, and accounts by the administering agency and the Secretary
of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and
orders.
(7) In the event of the vendor's noncompliance with the nondiscrimination clauses of this contract or
with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or
suspended in whole or in part and the vendor may be declared ineligible for further Government
contracts or federally assisted construction contracts in accordance with procedures authorized in
Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and
remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule,
regulation, or order of the Secretary of Labor, or as otherwise provided by law.
(8) The vendor will include the portion of the sentence immediately preceding paragraph (1) and the
provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted
by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive
Order 11246 of September 24, 1965, so that such provisions will be binding upon each sub -vendor
or vendor. The vendor will take such action with respect to any subcontract or purchase order as
the administering agency may direct as a means of enforcing such provisions, including sanctions
for noncompliance:
a. Provided, however, that in the event a vendor becomes involved in, or is threatened with,
litigation with a sub -vendor or vendor as a result of such direction by the administering
agency, the vendor may request the United States to enter into such litigation to protect
the interests of the United States.
b. The applicant further agrees that it will be bound by the above equal opportunity clause
with respect to its own employment practices when it participates in federally assisted
construction work: Provided, That if the applicant so participating is a State or local
government, the above equal opportunity clause is not applicable to any agency,
instrumentality or subdivision of such government which does not participate in work on
or under the contract.
c. The applicant agrees that it will assist and cooperate actively with the administering agency
and the Secretary of Labor in obtaining the compliance of vendors and sub vendors with
City of Fayetteville, AR
Appendix A - Contract Provisions for Non -Federal Entity Contracts Under Federal Awards, CFR Part 200, Appendix II
Last Updated: 12/02/2022
Page 2 of 7
the equal opportunity clause and the rules, regulations, and relevant orders of the
Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor
such information as they may require for the supervision of such compliance, and that it
will otherwise assist the administering agency in the discharge of the agency's primary
responsibility for securing compliance.
d. The applicant further agrees that it will refrain from entering into any contract or contract
modification subject to Executive Order 11246 of September 24, 1965, with a vendor
debarred from, or who has not demonstrated eligibility for, Government contracts and
federally assisted construction contracts pursuant to the Executive Order and will carry out
such sanctions and penalties for violation of the equal opportunity clause as may be
imposed upon vendors and sub -vendors by the administering agency or the Secretary of
Labor pursuant to Part II, Subpart D of the Executive Order. In addition, the applicant
agrees that if it fails or refuses to comply with these undertakings, the administering
agency may take any or all of the following actions: Cancel, terminate, or suspend in whole
or in part this grant (contract, loan, insurance, guarantee); refrain from extending any
further assistance to the applicant under the program with respect to which the failure or
refund occurred until satisfactory assurance of future compliance has been received from
such applicant; and refer the case to the Department of Justice for appropriate legal
proceedings.
b. Subcontracts. Each nonexempt prime vendor or sub -vendor shall include the equal opportunity clause in each of its
nonexempt subcontracts.
c. Inclusion of the equal opportunity clause by reference. The equal opportunity clause may be included by reference in
all Government contracts and subcontracts, including Government bills of lading, transportation requests, contracts
for deposit of Government funds, and contracts for issuing and paying U.S. savings bonds and notes, and such other
contracts and subcontracts as the Director of OFCCP may designate.
d. Incorporation by operation of the order. By operation of the order, the equal opportunity clause shall be considered
to be a part of every contract and subcontract required by the order and the regulations in this part to include such a
clause whether or not it is physically incorporated in such contracts and whether or not the contract between the
agency and the vendor is written.
e. Adaptation of language. Such necessary changes in language may be made in the equal opportunity clause as shall be
appropriate to identify properly the parties and their undertakings.
3. Davis -Bacon Act, (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5,
"Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction")
a. See also 2 C.F.R. Part 200, Appendix II, ¶ D.
b. In accordance with the statute, vendors must be required to pay wages to laborers and mechanics at a rate not less
than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, vendor must
be required to pay wages not less than once a week.
The non -Federal entity must place a copy of the current prevailing wage determination issued by the Department of
Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance
of the wage determination. The non -Federal entity must report all suspected or reported violations to the Federal
awarding agency.
i. Contractor's on projects shall reference the appendices containing Wage Determination Numbers and dates.
4. Copeland "Anti -Kickback" Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3,
"Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the
United States").
a. Each contractor or subrecipient shall be prohibited from inducing, by any means, any person employed in the
construction, completion, or repair of public work, to give up any part of the compensation to which he or she is
otherwise entitled. The non -Federal entity must report all suspected or reported violations to the Federal awarding
agency.
City of Fayetteville, AR
Appendix A - Contract Provisions for Non -Federal Entity Contracts Under Federal Awards, CFR Part 200, Appendix II
Last Updated: 12/02/2022
Page 3 of 7
i. The contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3
as may be applicable, which are incorporated by reference into this contract.
ii. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such
other clauses as may by appropriate instructions require, and also a clause requiring the subcontractors to
include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the
compliance by any subcontractor or lower tier subcontractor with all of these contract clauses.
iii. Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for
debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12.
5. Contract Work Hours and Safety Standards Act
a. Where applicable (see 40 U.S.C. § 3701), all contracts awarded by the non -Federal entity in excess of $100,000 that
involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and
3704, as supplemented by Department of Labor regulations at 29 C.F.R. Part 5. See 2 C.F.R. Part 200, Appendix II, ¶ E.
b. Under 40 U.S.C. § 3702, each contractor must be required to compute the wages of every mechanic and laborer based
on a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the
worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in
excess of 40 hours in the work week.
c. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic
must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous.
These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open
market, or contracts for transportation or transmission of intelligence.
d. Compliance with the Contract Work Hours and Safety Standards Act
ii. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which
may require or involve the employment of laborers or mechanics shall require or permit any such laborer or
mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in
such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-
half times the basic rate of pay for all hours worked in excess of forty hours in such workweek.
iii. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth
in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for
the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the
case of work done under contract for the District of Columbia or a territory, to such District or to such
territory), for liquidated damages. Such liquidated damages shall be computed with respect to each
individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth
in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required
or permitted to work in excess of the standard workweek of forty hours without payment of the overtime
wages required by the clause set forth in paragraph (1) of this section.
iv. Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the
loan or grant recipient) shall upon its own action or upon written request of an authorized representative of
the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work
performed by the contractor or subcontractor under any such contract or any other Federal contract with
the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and
Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be
necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated
damages as provided in the clause set forth in paragraph (2) of this section.
v. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in
paragraph (1) through (4) of this section and a clause requiring the subcontractors to include these clauses
in any lowertier 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: 12/02/2022
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: Contracts in excess of $150,000 shall comply with the following related to the Clean Air Act
a. The vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act,
as amended, 42 U.S.C.§ 7401 et seq.
b. The vendor agrees to report each violation to the City and understands and agrees that the City will, in turn, report
each violation as required to assure notification to the (name of recipient), Federal Emergency Management Agency,
and the appropriate Environmental Protection Agency Regional Office.
c. The vendor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in
part with Federal assistance funding.
8. Federal Water Pollution Control Act: Contracts in excess of $150,000 shall comply with the following related to the Federal
Water Pollution Control Act
a. The vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water
Pollution Control Act, as amended, 33 U.S.C. 1251 et seq.
b. The vendor agrees to report each violation to the (name of the state agency or local or Indian tribal government) and
understands and agrees that the (name of the state agency or local or Indian tribal government) will, in turn, report
each violation as required to assure notification to the (name of recipient), Federal Emergency Management Agency,
and the appropriate Environmental Protection Agency Regional Office.
c. The vendor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in
part with Federal assistance.
9. Debarment and Suspension (Executive Orders 12549 and 12689)
a. This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the vendor is
required to verify that none of the vendor/contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates
(defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. §
180.935).
b. A contract award (per 2 CFR 180.220) shall not be made to parties listed on the governmentwide exclusions in the
System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive
Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), "Debarment and
Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies,
as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549.
c. The vendor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a
requirement to comply with these regulations in any lower tier covered transaction it enters into.
d. If it is later determined that the vendor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart
C, in addition to remedies available to (name of state agency serving as recipient and name of subrecipient), the
Federal Government may pursue available remedies, including but not limited to suspension and/or debarment.
e. The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000,
subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder
or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions.
10. Byrd Anti -Lobbying Amendment 31 U.S.C. § 1352 (as amended)
a. Vendor's who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to
the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for
influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or
employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract,
grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non -Federal
City of Fayetteville, AR
Appendix A - Contract Provisions for Non -Federal Entity Contracts Under Federal Awards, CFR Part 200, Appendix II
Last Updated: 12/02/2022
Page 5 of 7
funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to
tier up to the recipient.
11. Procurement of recovered materials (§ 200.323)
a. A non -Federal entity that is a state agency or agency of a political subdivision of a state and its contractors and vendors
must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and
Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the
Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials
practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item
exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring
solid waste management services in a manner that maximizes energy and resource recovery; and establishing an
affirmative procurement program for procurement of recovered materials identified in the EPA guidelines.
12. Prohibition on certain telecommunications and video surveillance services or equipment § 200.216)
a. Recipients and subrecipients are prohibited from obligating or expending loan or grant funds to:
i. Procure or obtain;
ii. Extend or renew a contract to procure or obtain; or
iii. Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems
that uses covered telecommunications equipment or services as a substantial or essential component of any
system, or as critical technology as part of any system. As described in Public Law 115-232, section 889,
covered telecommunications equipment is telecommunications equipment produced by Huawei
Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities).
(1) For the purpose of public safety, security of government facilities, physical security surveillance of
critical infrastructure, and other national security purposes, video surveillance and
telecommunications equipment produced by Hytera Communications Corporation, Hangzhou
Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate
of such entities).
(2) Telecommunications or video surveillance services provided by such entities or using such
equipment.
(3) Telecommunications or video surveillance equipment or services produced or provided by an entity
that the Secretary of Defense, in consultation with the Director of the National Intelligence or the
Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or
controlled by, or otherwise connected to, the government of a covered foreign country.
In implementing the prohibition under Public Law 115-232, section 889, subsection (f), paragraph (1), heads of
executive agencies administering loan, grant, or subsidy programs shall prioritize available funding and technical
support to assist affected businesses, institutions and organizations as is reasonably necessary for those affected
entities to transition from covered communications equipment and services, to procure replacement equipment and
services, and to ensure that communications service to users and customers is sustained.
c. See Public Law 115-232, section 889 for additional information.
d. See also § 200.471.
13. Domestic preferences for procurements (§ 200.322)
a. As appropriate and to the extent consistent with law, the non -Federal entity should, to the greatest extent practicable
under a Federal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials
produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured
products). The requirements of this section must be included in all subawards including all contracts and purchase
orders for work or products under this award.
b. For purposes of this section:
i. "Produced in the United States' means, for iron and steel products, that all manufacturing processes, from
the initial melting stage through the application of coatings, occurred in the United States.
City of Fayetteville, AR
Appendix A - Contract Provisions for Non -Federal Entity Contracts Under Federal Awards, CFR Part 200, Appendix II
Last Updated: 12/02/2022
Page 6 of 7
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: 12/02/2022
Page 7 of 7
,acoRo° CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDIYYYY)
1 8/ 1 /2024
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: Molly Harmon
HUB International Great Plains LLC PHONE FAX
11516 Miracle Hills Drive A/c No Ext: 402-964-5598 A/c No:402-557-6325
Suite 100 AMRESS: molly.harmon@hubinternational.com
Omaha NE 68154
INSURED
Olsson, Inc.
3 Innwood Circle, Ste 220
Little Rock AR 72211
INSURER A: Amerisure Mutual Insurance Company 23396
OLSSINC-02 INSURERB: Amerisure Insurance Company 19488
INSURERC: MSIG Specialty Insurance USA Inc 34886
INSURER D : XL Specialty Insurance Company 37885
INSURER E : Underwriters at Llovd's 10736
COVERAGES CERTIFICATE NUMBER: 1657679552 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
ADDL
SUBR
POLICY NUMBER
MM DDY/YYYY
EXP
MM DDY/YYYY
LIMITS
A
X
COMMERCIAL GENERAL LIABILITY
CPP21194510302
1/1/2024
1/1/2025
EACH OCCURRENCE
$1,000,000
CLAIMS -MADE � OCCUR
DAMAGES( RENTED
PREMISES Ea occurrence)
$ 1,000,000
MED EXP (Any one person)
$ 10,000
PERSONAL & ADV INJURY
$1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
$ 2,000,000
POLICY JE LOC
PRODUCTS - COMP/OP AGG
$ 2,000,000
$
OTHER:
B
AUTOMOBILE
LIABILITY
CA 21194500301
1/1/2024
1/1/2025
COMBINED SINGLE LIMIT
Ea accident
$ 1,000,000
X
BODILY INJURY (Per person)
$
ANY AUTO
OWNED SCHEDULED
AUTOS ONLY AUTOS
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
Per accident
$
HIRED NON -OWNED
AUTOS ONLY AUTOS ONLY
A
X
UMBRELLA LIAB
X
OCCUR
CU21194520202
1/1/2024
1/1/2025
EACH OCCURRENCE
$10,000,000
AGGREGATE
$ 10,000,000
EXCESS LIAB
CLAIMS -MADE
DED RETENTION $
$
A
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y / N
ANYPROPRIETOR/PARTNER/EXECUTIVE
WC21194530202
1/1/2024
1/1/2025
PER OTH-
X I STATUTE ER
E.L. EACH ACCIDENT
$ 1,000,000
OFFICER/MEMBEREXCLUDED? NI
N / A
E.L. DISEASE - EA EMPLOYEE
$ 1,000,000
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT
$ 1,000,000
C
Professional Liability
MSTAEC-00010
1/1/2024
1/1/2025
PL Each Claim/Agg
5,000,000
D
E
Crime
Cyber Liability
ELU194665-24
ACS1191723
1/1/2024
1/1/2024
1/1/2025
1/1/2025
Employee Theft
CyberClaim/Agg
2,000,000
5,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
All carriers listed above have an AM Best Rating of at least A, XV. Pollution coverage is included in the Professional Liability policy if it arises out of the
negligence of the insured in performing their professional services. General Liability, Auto Liability, and Workers Compensation/Employers Liability are
underlying policies of the Umbrella Liability. Crime policy has $1,000,000 limit for forgery or alteration. Professional Liability policy is claims made, $500,000
deductible per claim.
RE: Old PD Shooting Range Remediation
City of Fayetteville is listed as additional insured as required by written contract.
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.
City of Fayetteville
113 West Mountain Street
AUTHORIZED REPRESENTATIVE
Fayetteville AR 72701
© 1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD
olsson Mtn
May 6, 2024
City of Fayetteville AR
113 W Mountain St
Fayetteville, AR 72701
RE: City of Fayetteville Lake Fayetteville R04370-2579-001
Dear City of Fayetteville AR:
It is with great pleasure that Olsson, Inc., shares our excitement regarding our acquisition of
FTN Associates, Ltd. On April 29, 2024, Olsson acquired the business, which includes
employees, and existing FTN projects. Through our due diligence, we have learned and
confirmed that FTN and Olsson have similar stances and values in taking care of our people
(clients and employees alike) and providing a high -quality service.
Prior to finalizing the acquisition, we reviewed all existing FTN contracts and have determined
we are willing to assume the responsibility and risk for incomplete and on -going projects. To
cover the risks associated with the existing projects, this work has been specifically endorsed
onto Olsson's insurance policy. We will transmit to your attention under separate cover a new
insurance certificate showing the coverage required as per the existing contract. Olsson agrees
to the terms and conditions, as specified in the contract.
Future work will be performed by the staff you are presently using, so you will incur no change
of personnel or decline in productivity. FTN staff will have access to Olsson's full scope of
services, and the talents and expertise of 1,900 employees. It is agreed that the funds to be
paid to the assignee (Olsson, Inc.) under this assignment are subject to a prior lien for services
rendered or materials supplied for the performance of the work called for in said contract in
favor of all persons, firms, or corporations rendering such services or supplying such materials.
Your signature is requested below acknowledging and approving the assignment of the contract
to Olsson. Attached is a W-9 for Olsson, Inc., for your records. We look forward to continuing
the relationships created with you and your organization.
Sincerely,
Paul Crawford
FTN Associates, Ltd
Client Representative for City of Fayetteville AR
Jeff Jenkins, CFO
Olsson, Inc.