HomeMy WebLinkAbout122-12 RESOLUTIONRESOLUTION NO. 122-12
A RESOLUTION TO APPROVE THE CITY'S PROFESSIONAL HIRING
POLICY NUMBERS PU-12 AND PU-13
WHEREAS, the City Council has statutory power to "provide ... the procedure for
making all purchases which do not exceed the sum of twenty thousand dollars ($20,000.00);"
A.C.A. §14-58-303(b); and
WHEREAS, the City Council enacted §34.23 Purchases and Contracts Not In Excess
of $20,000.00 and mandated that "the hiring or engagement of professional services shall be
conducted according to a professional hiring policy approved by the City
Council"; and
WHEREAS, the City Policy and Procedure relating to Professional Services Selection
should be expressly approved by the City Council to ensure their use for professional services
contracts under $20,000.00 are fully authorized.
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 approves
City Policy and Procedure Professional Services Selection in Policy Numbers PU-12 and PU-13
(attached) and specifically approves the procedure adopted for contracts under $20,000.00 that
"(t)he requirements for a review committee may be waived (by the Mayor) and the review of
qualifications shall be delegated to the responsible department head for recommendation to the
Mayor ...."
PASSED and APPROVED this 5h day of June, 2012.
APPROVED:
�:A
ATTEST:
By: �►(,
SONDRA E. SMITH, City Clerk/Treasurer
`o`�eer+rrhNo ,
eys��i
0F° ° G�
FAYETTEVILLE:
AGENDA REQUEST
FOR: COUNCIL MEETING OF JUNE 5, 2012
FROM:
KIT WILLIAMS, CITY ATTORNEY
ORDINANCE OR RESOLUTION TITLE AND SUBJECT:
A Resolution To Approve The City's Professional Hiring Policy Numbers Pu -12
And Pu -13
APPROVED FOR AGENDA:
City Attorney Date
Finance Director
/4., -
Chief of Staff
L—+P1o� I -L—
Date
Date
EPd RED
NIL
5-11-7112,
Date
ate
015-17-12 A09 :59 RCVD
evil.
RKANSAS
TO: City Council
Departmental Correspondence
CC: Mayor Jordan
Don Marr, Chief of Staff
Paul Becker, Finance Director
Peggy Vice, Purchasing Manager
FROM: Kit Williams, City Attorney `
DATE: May 30, 2012
Kit Williams
CityAttorney
Jason B. Kelley
Assistant City Attorney
RE: Adding Alderman notification provision to PU-12.6 and PU-13.6
Pursuant to your request, Mayor Jordan has added the following sentence to
the provision governing professional services selections when the contract is below
$20,000.00.
"The Mayor shall promptly notify the City Council of every
professional services selection and contract awarded pursuant
to this section."
The Mayor has approved the revised PU-12 and PU-13 with the above
change made in PU-12.6 and PU-13.6. These revised policies are now what are
before you to approve with the Resolution for item # 15 of the Consent Agenda.
Departmental Correspondence
RKANSAS
Kit Williams
City Attorney
TO: Mayor Jordan Jason B. Kelley
y Assistant City Attorney
City Council
CC: Don Marr, Chief of Staff
Paul Becker, Finance Director
Peggy Vice, Purchasing Manager
FROM: Kit Williams, City Attorney
DATE: May 17, 2012
RE: Adoption of Professional Services Selection City Policy for contracts
under $20,000.00
The City Council has clear statutory authority to set "the procedure for
making all purchases (under) twenty thousand dollars ($20,000.00)." A.C.A. § 14-
58-303(b). You exercised that statutory authority by enacting §34.23 Purchases
and Contracts Not In Excess of $20,000.00 of the Fayetteville Code. (D) of that
code section states
"The hiring or engagement of professional services shall be
conducted according to the professional hiring policy
approved by the City Council."
The City of Fayetteville Policy and Procedure covers many, many city
policies including Professional Services Selection Process (in Numbers PU-12 and
PU-13). These policies and amendments thereto are distributed to department
directors for comments before being officially adopted by the Mayor. However,.
your statutory authority and the code section on professional selection for contracts
under $20,000.00 require your approval of those particular city policies.
I do not believe you have officially approved these policies, and so I
am presenting them for your approval through the accompanying
Resolution. As Chief Executive Officer and Administrator of the City, the Mayor
has the statutory power and authority to approve and amend all city policies except
the portions of PU-12 and PU-13 that apply to contracts less than $20,000.00. For
those portions, the City Council has exclusive approval authority.
I ask that your exercise this approval authority to examine the Contracts
Under $20,000.00 section of both PU-12 and PU-13 and approve this policy. You
also have the statutory power to amend this portion of the policies prior to
approving them.
RESOLUTION NO.
A RESOLUTION TO APPROVE THE CITY'S PROFESSIONAL HIRING
POLICY NUMBERS PU-12 AND PU-13
WHEREAS, the City Council has statutory power to "provide ... the procedure for
making all purchases which do not exceed the sum of twenty thousand dollars ($20,000.00);"
A.C.A. §14-58-303(b); and
WHEREAS, the City Council enacted §34.23 Purchases and Contracts Not In Excess
of $20,000.00 and mandated that "the hiring or engagement of professional services shall be
conducted according to a professional hiring policy approved by the City
Council"; and
WHEREAS, the City Policy and Procedure relating to Professional Services Selection
should be expressly approved by the City Council to ensure their use for professional services
contracts under $20,000.00 are fully authorized.
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 approves
City Policy and Procedure Professional Services Selection in Policy Numbers PU-12 and PU-13
(attached) and specifically approves the procedure adopted for contracts under $20,000.00 that
"(t)he requirements for a review committee may be waived (by the Mayor) and the review of
qualifications shall be delegated to the responsible department head for recommendation to the
Mayor ...."
PASSED and APPROVED this 5ffi day of June, 2012.
APPROVED:
IN
ATTEST:
LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer
FAYETTEVILLE C05E OF ORDINANCES
TITLE III ADMINISTRATION
municipal improvements. All such purchases and 4901, 7-18-06; Ord 4963,12-19-06; Ord. 5298,12-15-09)
contracts shall be subject to prior appropriations, in
the budget approved by the City Council, or to other 34.24 Repealed
authorization of expenditures therefor, approved by
the Council. 34.25 Sales
(Code 1965, §2-66; Ord. No. 1215, 9-14-59; Ord. No. 1687,
7-21-69; Ord. No. 3453, 9-5-89; Code 1991, §34.22)
34.23 Purchases And Contracts Not In
Excess Of $20,000.00
(A) All such purchases not in excess of $20,000.00
shall be made by the mayor, or his duly
authorized representative, after the securing and
recording of quotation bids therefor; provided
quotation bids need not be secured for purchases
under $1,000.00.
(B) Cost -share agreements with developers or
governmental entities for the improvement of City
infrastructure are expressly exempt from the
requirements of this section. The City Council
shall signify its approval of cost -share
agreements by Resolution.
(C) Contracts not in excess of $20,000.00 shall be
made and entered into by the mayor. The mayor
shall have the authority to approve contract
change orders up to the contingency amount, if
any, as set forth in any approved contract even
though such contingency amount may exceed
$20,000.00.
(D) The hiring of engagement of professional
services shall be conducted according to a
professional hiring policy approved by the City
Council.
E) Sole Source Provider. Multiple quotation bids
shall not be required if the Purchasing Manager
approves the Sole Source Justification form
signed by the requesting Division Head for an
item that is uniquely compatible with existing
equipment or has unique and essential design or
performance features.
(F) Waiver of the Requirement for Bids. The City
Council, by ordinance, may waive the
requirements of this section for competitive bids
or quotes in exceptional situations where this
procedure is deemed not feasible or practical.
(Code 1965, §2-67; Ord. No. 1215, 9-14-59; Ord. No. 1687,
7-21-69; Ord. No. 2259, 8-3-76; Ord. No. 3400, 1-3-89; Ord.
No. 3453, 9-5-89; Ord. No. 3676, 2-17-93; Ord. No. 3719, 7-
6-93; Code1991, §34.23; Ord. No. 4722, 7-19-05; Ord. No.
CD34:5
(A) The purchasing agent may sell or exchange any
city -owned supplies, equipment, or materials if
such have a fair market value of less than
$2,500.00 through a quote process. Vehicles and
heavy equipment are excluded from this process.
(B) Such supplies, equipment, or materials which
have a fair market value of $2,500.00 or more
may be sold by the purchasing agent by public
auction or by contract sale after formal
competitive bids for the purchase therefore have
been solicited by advertisement and by other
means and such bids have been received and
opened.
(C) In regard to the marketing and sale of hay
produced by the City of Fayetteville:
(1) The current year's hay crop shall be
advertised for sale, at a pre -established base
price on or about April 1$t of a given year.
The hay shall be pre -committed, on a first
call, first commit basis, up to 60% of the
projected crop. Any remaining hay shall be
marketed during the harvest season at the
same base price on a first call, first served
basis.
(2) A base or standard price shall be established
based on average fair market value for
square baled Bermuda grass hay, behind the
baler, in Northwest: Arkansas, or based on
the best available information from the
cooperative extension service.
(3) Prior to buyer's removal of the hay from the
site, adjustments as determined by site
operating personnel, will be made to the
base price for quantity purchases; according
to the type of bale purchased; and the
relative quality of the harvested hay; and for
damage the hay may have received during
the harvest.
(D) In regard to the marketing and sale of dried
biosolids produced by the City of Fayetteville
Wastewater Utility:
(1) Bulk quantities of dried biosolids (defined as
amounts greater than 500 pounds not in a
PLJ-12
Professional Services Selection Process:
Legal, Financial Advisory, Architectural, Engineering,
Land Surveying and Construction Manager
Page 1 of 4
CITY OF FAYETTEVILLE, ARKANSAS
POLICY AND PROCEDURE
PU-12.0 PURPOSE:
The purpose of this directive is to establish a formal Competitive Selection of Professional
Services Policy for legal, financial advisory, architectural, engineering, construction
management and land surveying services and the responsibilities for its execution.
PU-12.1 DEFINITION:
A. The City and all its boards, commissions and authorities shall competitively select, based on
qualifications and performance evaluation criteria, all professional services performed for or
on behalf of the City. The three (3) highest qualified firms shall be elected without
consideration of the fees. Fees shall be considered as one of the selection criteria for other
professional services required.
B. It is the policy of the City to publicly announce requirements for the competitive selection for
professional services as referenced above, and to negotiate contracts for such services on the
basis of demonstrated competence and qualifications for the type of professional services
required provided that the services are rendered at fair and reasonable prices.
PU-12.2 RESPONSIBILITY:
A. All municipal boards, commissions, and authorities established pursuant to state statute or
other legislative authority other than that provided for in A.C.A. tit. 14, ch. 47 A.C.A. sec. 14-
47-101 et seq., shall be responsible for the implementation of such policies and procedures as
are hereinafter delegated to the Mayor and the City Council.
Professional Services Selection Process: Legal,
Subject:
Financial Advisory, Architectural, Engineering, Land
Surveying and Construction Manager
Policy Number:
PU-12
Original Policy Date:
June 27, 1990
Effective Date of New/Revised Policy:
May 30, 2012
Replaces PUR-13 issued June 27, 1990; Revised
Revision Dates:
July 8 2005• Revised December 22 2008
Custodian: (Division)
Purch ing
Mayor's Signature and Date^
PU-12.0 PURPOSE:
The purpose of this directive is to establish a formal Competitive Selection of Professional
Services Policy for legal, financial advisory, architectural, engineering, construction
management and land surveying services and the responsibilities for its execution.
PU-12.1 DEFINITION:
A. The City and all its boards, commissions and authorities shall competitively select, based on
qualifications and performance evaluation criteria, all professional services performed for or
on behalf of the City. The three (3) highest qualified firms shall be elected without
consideration of the fees. Fees shall be considered as one of the selection criteria for other
professional services required.
B. It is the policy of the City to publicly announce requirements for the competitive selection for
professional services as referenced above, and to negotiate contracts for such services on the
basis of demonstrated competence and qualifications for the type of professional services
required provided that the services are rendered at fair and reasonable prices.
PU-12.2 RESPONSIBILITY:
A. All municipal boards, commissions, and authorities established pursuant to state statute or
other legislative authority other than that provided for in A.C.A. tit. 14, ch. 47 A.C.A. sec. 14-
47-101 et seq., shall be responsible for the implementation of such policies and procedures as
are hereinafter delegated to the Mayor and the City Council.
PU-12
Professional Services Selection Process:
Legal, Financial Advisory, Architectural, Engineering,
Land Surveying and Construction Manager
Page 2 of 4
PU-12.3 PROCEDURES:
A. The competitive selection for such services shall be conducted by a review committee which
shall include one Alderman appointed by the Mayor to serve and represent the Council, the
Mayor (or representative), the Finance & Internal Services Director (or representative), the
involved Department Heads, appropriate city personnel and may include professionals,
and/or individuals with expertise in the community. The review committee for each
proposed contract shall establish the qualifications and evaluation criteria necessary for the
specific services to be provided. This committee shall be established prior to the issuance of
any Request for Proposal (RFP) or Request for Qualification (RFQ) so that it may establish
the point ranges for the four selection criteria and review the proposed RFP or RFQ.
B. The RFP or RFQ shall outline the structure of the selection committee and shall state the
point ranges which will be used to select the firm. The RFP or RFQ will not ask for cost
estimates.
C. The Mayor will cause to be advertised in a newspaper of general circulation a notice that the
city has a need to contract for a particular professional service and shall invite all interested
parties to submit, to the extent permitted by the ethical standards of that profession, a
statement of their qualifications and other relevant information based on the evaluation
criteria specifically developed for the proposed services to be provided.
D. Once an RFP or RFQ has been advertised, any questions or inquiries regarding the RFP or
RFQ by a prospective responder must be directed to the Purchasing Division. Direct contact
by the prospective responder and the effected division/department personnel regarding the
RFP or RFQ should be avoided unless referred by Purchasing.
E. Competitive selection of professional services may be from annual statements of
qualifications and performance data. The City may advertise annually for legal, financial
advisory, architectural, engineering, construction manager or land surveying services to
submit annual statements of qualifications and performance data. The City shall evaluate
current statements of qualifications and performance data of firms on file whenever a project
requiring these professional services are proposed.
PU-12.4 SELECTION PROCESS:
A. In evaluating the qualifications of each firm, the review committee shall consider the
following (assigning point ranges for each element from 20% to 45%, so that the total for the
four elements combined equals 100%):
1. The specialized experience and technical competence of the firm with respect to the type
of professional services required;
2. The capacity and capability of the firm to perform the work in question, including
specialized services, within the time limitations fixed for the completion of the project;
PU-12
Professional Services Selection Process:
Legal, Financial Advisory, Architectural, Engineering,
Land Surveying and Construction Manager
Page 3 of 4
3. The 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; and
4. The firm's proximity to and familiarity with the area in which the project is located.
B. The review committee shall evaluate all statements of qualifications and other submittals and
may conduct interviews with up to five (5) firms regarding anticipated concepts and the
relative utility of alternative methods of approach for furnishing the required services and
shall select therefrom, in order of preference, based on criteria established and published by
the review committee, no less than three (3) of the firms deemed to be the most highly
qualified to provide the services required. The method of selection shall be for each
committee member to rate the firms based on the points established in the RFP or RFQ so
that each member selects 3 firms, rated 1, 2, and 3. The firm receiving the highest number of
1 st place votes shall be selected (if a tie occurs, the firm receiving the highest number of 1 st
and 2nd place votes shall be selected. If a tie still occurs, the Committee will hold further
discussions, followed by a re -vote.)
C. The review committee or its designee shall negotiate a contract with the highest qualified
firm for the services to be rendered, at compensation which the review committee, or its
designee, determines is fair and reasonable to the city, subject to the approval of the
governing board, commission or authority as referred to in PUR-12.2 (A) of this policy. In
making such determination, the review committee or its designee, shall take into account the
scope, complexity, and professional nature of the services to be rendered.
D. Should the review committee, or its designee, be unable to negotiate a satisfactory contract
with the firm considered to be the most qualified, at a price determined to be fair and
reasonable to the City, negotiations with that firm shall be formally terminated. The review
committee, or its designee, shall then undertake negotiations with the second most qualified
firm. Should the review committee, or its designee, be unable to negotiate a satisfactory
contract with any of the selected firms, the review committee shall reevaluate the necessary
legal, architectural, engineering or land surveying services, including the scope and
reasonable fee requirements.
PU-12.5 CONTRACT REVIEW/RECOMMENDATION:
A. The selection committee will recommend, after negotiations and review by the City
Attorney, Finance and Internal Services Director, Internal Auditor, Accounting Manager,
and Purchasing Manager, the most advantageous contract to the Board for awarding.
PU-12.6 CONTRACTS UNDER $20,000:
A. The requirement for a review committee may be waived and the review of qualifications as
hereinabove stated shall be delegated to the responsible department head for recommendation
of the Mayor who shall review and approve or disapprove all professional services contracts
in an amount of twenty thousand dollars ($20,000.00) or less. If no annual statements of
qualifications are on record the department head shall solicit qualification statements from
PU-l2
Professional Services Selection Process:
Legal, Financial Advisory, Architectural, Engineering,
Land Surveying and Construction Manager
Page 4 of 4
appropriate firms for recommendation to the Mayor who shall review and approve or
disapprove all professional services contracts in an amount of twenty thousand dollars
($20,000.00) or less. The Mayor shall promptly notify the City Council of every professional
services selection and contract awarded pursuant to this section.
PU-12.7 PROFESSIONAL PROJECT EVALUATION:
A. Upon completion or termination of a contract, the division head responsible for the project
will submit a summary evaluation of the professional firm's handling of the project to
include the following data:
a. name of professional firm;
b. date of contract and date of completion;
c. cost as stated in initial contract, amount paid, and reason for any difference;
d. special strengths exhibited by professional firm;
e. problems or weaknesses in professional firm's handling of the project;
E adherence to time schedule by the professional firm; and
g. names of key personnel working on the project and comments on their performance.
B. The summary evaluation will be submitted to the Purchasing Manager through the
department director and will be filed in the Purchasing Manager's records. The evaluations
will be available to selection committee members for review when evaluating firms to select
for other projects.
PU-13
Professional Services Selection Process:
Other Services
Page 1 of 4
CITY OF FAYETTEVILLE, ARKANSAS
POLICY AND PROCEDURE
Subject:
Professional Services Selection Process: Other
Services
Policy Number:
PU-13
Original Policy Date:
June 27, 1990
Effective Date of New/Revised Policy:
May 30, 2012
Revision Dates:
Replaces PUR-13 issued June 27, 1990; Revised
July 8 2005• Revised December 22 2008
Custodian: (Division)
Purchasing
Mayor's Signature and Date
�---, _ 2
PU-13.0 PURPOSE:
The purpose of this directive is to establish a formal Competitive Selection of Professional
Services Policy for all professional services other than those for legal, financial advisory,
architectural, engineering, construction management and land surveying and the responsibilities
for its execution.
PU-13.1 DEFINITION:
A. The City and all its boards, commissions and authorities shall competitively select based
on qualifications and performance evaluation criteria all professional services performed
for or on behalf of the City.
B. It is the policy of the City to publicly announce requirements for the competitive
selection for professional services as referenced above, and to negotiate contracts for
such services on the basis of demonstrated competence and qualifications for the type of
professional services required provided that the services are rendered at fair and
reasonable prices.
PU-13.2 RESPONSIBILITY:
A. All municipal boards, commissions, and authorities established pursuant to state statute
or other legislative authority other than that provided for in A.C.A. tit. 14, ch. 47, A.C.A.
sec. 14-47-101 et seq, shall be responsible for the implementation of such policies and
procedures as are hereinafter delegated to the Mayor and the City Council.
PU-13
Professional Services Selection Process:
Other Services
Page 2 of 4
PU-13.3 PROCEDURES:
A. The competitive selection for such services shall be conducted by a review committee
which shall include one Alderman appointed by the Mayor to serve and represent the
Council, the Mayor (or representative), the Finance & Internal Services Director (or
representative), the involved Department Heads, appropriate City personnel and may
include professional, and/or individuals with expertise in the community. The review
committee for each proposed contract shall establish the qualifications and evaluation
criteria necessary for the specific services to be provided. This committee shall be
establishedrim the issuance of any Request for Proposal (RFP) or Request for
Qualification (RFQ) so that it may review the proposed RFP or RFQ.
S. The RFP or RFQ shall outline the structure of the selection committee and shall state the
point ranges which will be used to select the firm.
C. The Mayor will cause to be advertised, in a newspaper of general circulation, a notice
that the City has a need to contract for a particular professional service and shall invite all
interested parties to submit, to the extent permitted by the ethical standards of that
profession, a statement of their qualifications and other relevant information based on the
evaluation criteria specifically developed for the proposed services to be provided.
D. Once an RFP or RFQ has been advertised, any questions or inquiries regarding the RFP
or RFQ by a prospective responder must be directed to the Purchasing Division. Direct
contact by the prospective responder and the affected division/department personnel
regarding the RFP or RFQ should be avoided unless referred by Purchasing.
PU-13.4 SELECTION PROCESS:
A. In evaluating the qualifications of each firm, the review committee shall include the
following:
1. (Qualifications in Relation to Specific Project to be Performed: Information reflecting
qualifications of the firm. Indicated specialized experience and technical competence
of the firm in connection with the type and complexity of the service required.
Subcontractors, if used, must be listed with information on their organization.
2. Experience, Competence, and Capacity for Performance: Information reflecting the
names, titles, and qualifications (including experience and technical competence) of
the major personnel assigned to this specific project. Provide detailed breakdown of
subcontractor's staff to be used and how they are to be used to supplement your staff.
3. Proposed Method of Doing Work: A proposed work plan (description of how the
project would be conducted as well as other facts concerning approach to scope you
wish to present) indicating methods and schedules for accomplishing each phase of
the work. Include with this the amount of work presently underway.
PU-13
Professional Services Selection Process:
Other Services
Page 3 of 4
4. Past Performance: Previous evaluations (as set forth in PUR-13.7) shall be considered
a significant factor. If previous evaluations with this city are not available, the
professional firm's past performance records with others will be used, including
quality of work, timely performance, diligence, ability to meet past budgets, and any
other pertinent information. The firm will provide a list of similar jobs performed
and the person with that firm from whom the City can obtain information.
5. Price
B. Proposal Evaluation: In evaluating the qualifications of each firm, the review committee
shall consider the following (assigning point ranges for each element from 10% to 35%,
so that the total for the five elements combined equals 100%):
1. Qualifications in relation to specific project to be performed;
2. Experience, competence, and capacity of performance;
3. Proposed method of doing work;
4. Past performance; and
5. Price.
C. The review committee shall evaluate all submittals and may conduct interviews with up
to five (5) firms regarding anticipated concepts and the relative utility of alternative
methods of approach for furnishing the required services and then shall select therefrom,
in order of preference, based on criteria established and published by the review
committee, no less than three (3) of the firms deemed to be the most highly qualified to
provide the services required. The method of selection shall be for each committee
member to rate the firms based on the points established in the RFP or RFQ so that each
member selects 3 firms, rated 1, 2, and 3. The firm receiving the highest number of 1 st
place votes shall be selected (if a tie occurs, the firm receiving the highest number of 1 st
and 2nd place votes. shall be selected. If a tie still exists, the Committee shall hold further
discussions and a re -vote shall occur.)
A The review committee or its designee shall then negotiate a contract with the highest
qualified firm for the services to be rendered, at compensation which the review
committee, or its designee, determines to be fair and reasonable to the City, subject to the
approval of the City Council.
E. Should the review committee, or its designee, be unable to negotiate a satisfactory
contract with the firm considered to be the most qualified, at a price determined to be fair
and reasonable to the City, negotiations with that firm shall be formally terminated. The
review committee, or its designee, shall then undertake negotiations with the second most
qualified firm. Should the review committee, or its designee, be unable to negotiate a
satisfactory contract with any of the selected firms, then the review committee shall
reevaluate the services including the scope and reasonable fee requirements.
PU-13
Professional Services Selection Process:
Other Services
Page 4 of 4
PU-13.5 CONTRACT REVIEW/RECOMMENDATION:
A. The selection committee will recommend, after negotiations and review by the City
Attorney, Internal Auditor, Accounting Manager, and Purchasing Manager, the most
advantageous contract to the City Council for awarding.
PU-13.6 CONTRACTS UNDER $20,000:
A. The requirements for a review committee may be waived and the review of qualifications as
hereinabove stated shall be delegated to the responsible department head for recommendation
to the Mayor, who shall review and approve or disapprove all professional services contracts
in an amount of twenty thousand dollars ($20,000) or less. The Mayor shall promptly notify
the City Council of every professional services selection and contract awarded pursuant to
this section.
PU-13.7 PROFESSIONAL PROJECT EVALUATION:
A. Upon completion or termination of a contract, the division head responsible for the
project will submit a summary evaluation of the professional firm's handling of the
project to include the following data:
a. name of professional firm;
b. date of contract and date of completion;
c. cost as stated in initial contract, amount paid, and reason for any difference;
d. special strengths exhibited by professional firm;
e. problems or weaknesses in professional firm's handling of the project;
L adherence to time schedule by the professional firm; and
g. names of key personnel working on the project and comments on their performance.
B. The summary evaluation will be submitted to the Purchasing Manager through the
department director and will be filed in the Purchasing Manager's records. The
evaluations will be available to selection committee members for review when evaluating
firms to select for other projects.
PU-12
Page 1 of 4
CITY OF FAYETTEYILLE f ARKANSAS
POLICY AND PROCEDURE
Subject:
Professional Services Selection Process: Legal,
Financial Advisory, Architectural, Engineering, Land
Surveying and Construction Manager
Policy Number:
PU-12
Original Policy Date:
June 27, 1990
Effective Date of New/Revised Policy:
December 22, 2008
Revision Dates:
Replaces PUR-13 issued June 27, 1990; Revised
July 8 2005
Custodian: (Division)
Purchasing
Mayor's Signature and Date
�®
PU-12.0 PURPOSE:
The purpose of this directive is to establish a formal Competitive Selection of Professional
Services Policy for legal, financial advisory, architectural, engineering, construction
management and land surveying services and the responsibilities for its execution.
PU-12.1 DEFINITION:
A. The City and all its boards, commissions and authorities shall competitively select, based on
qualifications and performance evaluation criteria, all professional services performed for or
on behalf of the City. The three (3) highest qualified firms shall be elected without
consideration of the fees. Fees shall be considered as one of the selection criteria for other
professional services required.
B. It is the policy of the City to publicly announce requirements for the competitive selection for
professional services as referenced above, and to negotiate contracts for such services on the
basis of demonstrated competence and qualifications for the type of professional services
required provided that the services are rendered at fair and reasonable prices.
PU-12.2 RESPONSIBILITY:
A. All municipal boards, commissions, and authorities established pursuant to state statute or
other legislative authority other than that provided for in A.C.A. tit. 14, ch. 47 A.C.A. sec. 14-
47-101 et seq., shall be responsible for the implementation of such policies and procedures as
are hereinafter delegated to the Mayor and the City Council.
PU-12
Page 2 of 4
PU-12.3 PROCEDURES:
A. The competitive selection for such services shall be conducted by a review committee which
shall include one Alderman appointed by the Mayor to serve and represent the Council, the
Mayor (or representative), the Finance & Internal Services Director (or representative), the
involved Department Heads, appropriate city personnel and may include professionals,
and/or individuals with expertise in the community. The review committee for each
proposed contract shall establish the qualifications and evaluation criteria necessary for the
specific services to be provided. This committee shall be established prior to the issuance of
any Request for Proposal (RFP) or Request for Qualification (RFQ) so that it may establish
the point ranges for the four selection criteria and review the proposed RFP or RFQ.
B. The RFP or RFQ shall outline the structure of the selection committee and shall state the
point ranges which will be used to select the firm. The RFP or RFQ will not ask for cost
estimates.
C. The Mayor will cause to be advertised in a newspaper of general circulation a notice that the
city has a need to contract for a particular professional service and shall invite all interested
parties to submit, to the extent permitted by the ethical standards of that profession, a
statement of their qualifications and other relevant information based on the evaluation
criteria specifically developed for the proposed services to be provided.
D. Once an RFP or RFQ has been advertised, any questions or inquiries regarding the RFP or
RFQ by a prospective responder must be directed to the Purchasing Division. Direct contact
by the prospective responder and the effected division/department personnel regarding the
RFP or RFQ should be avoided unless referred by Purchasing.
E. Competitive selection of professional services may be from annual statements of
qualifications and performance data. The City may advertise annually for legal, financial
advisory, architectural, engineering, construction manager or land surveying services to
submit annual statements of qualifications and performance data. The City shall evaluate
current statements of qualifications and performance data of firms on file whenever a project
requiring these professional services are proposed.
PU-12.4 SELECTION PROCESS:
A. In evaluating the qualifications of each firm, the review committee shall consider the
following (assigning point ranges for each element from 20% to 45%, so that the total for the
four elements combined equals 100%):
1. The specialized experience and technical competence of the firm with respect to the type
of professional services required;
2. The capacity and capability of the firm to perform the work in question, including
specialized services, within the time limitations fixed for the completion of the project;
PU-12
Page 3 of 4
3. The 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; and
4. The firm's proximity to and familiarity with the area in which the project is located.
B. The review committee shall evaluate all statements of qualifications and other submittals and
may conduct interviews with up to five (5) firms regarding anticipated concepts and the
relative utility of alternative methods of approach for furnishing the required services and
shall select therefrom, in order of preference, based on criteria established and published by
the review committee, no less than three (3) of the firms deemed to be the most highly
qualified to provide the services required. The method of selection shall be for each
committee member to rate the firms based on the points established in the RFP or RFQ so
that each member selects 3 firms, rated 1, 2, and 3. The firm receiving the highest number of
1 st place votes shall be selected (if a tie occurs, the firm receiving the highest number of 1 st
and 2nd place votes shall be selected. If a tie still occurs, the Committee will hold further
discussions, followed by a re -vote.)
C. The review committee or its designee shall negotiate a contract with the highest qualified
firm for the services to be rendered, at compensation which the review committee, or its
designee, determines is fair and reasonable to the city, subject to the approval of the
governing board, commission or authority as referred to in PUR-12.2 (A) of this policy. In
making such determination, the review committee or its designee, shall take into account the
scope, complexity, and professional nature of the services to be rendered.
D. Should the review committee, or its designee, be unable to negotiate a satisfactory contract
with the firm considered to be the most qualified, at a price determined to be fair and
reasonable to the City, negotiations with that firm shall be formally terminated. The review
committee, or its designee, shall then undertake negotiations with the second most qualified
firm. Should the review committee, or its designee, be unable to negotiate a satisfactory
contract with any of the selected firms, the review committee shall reevaluate the necessary
legal, architectural, engineering or land surveying services, including the scope and
reasonable fee requirements.
PU-12.6 CONTRACT REVIEW/RECOMMENDATION:
A. The selection committee will recommend, after negotiations and review by the City Attorney,
Finance and Internal Services Director, Internal Auditor, Accounting Manager, and
Purchasing Manager, the most advantageous contract to the Board for awarding.
PU-12.6 CONTRACTS UNDER $20,000:
A. The requirement for a review committee may be waived and the review of qualifications as
hereinabove stated shall be delegated to the responsible department head for recommendation
of the Mayor who shall review and approve or disapprove all professional services contracts
in an amount of twenty thousand dollars ($20,000.00) or less. If no annual statements of
qualifications are on record the department head shall solicit qualification statements from
appropriate firms for recommendation to the Mayor who shall review and approve or
PU-12
Page 4 of 4
disapprove all professional services contracts in an amount of twenty thousand dollars
($20,000.00) or less.
PU-12.7 PROFESSIONAL PROJECT EVALUATION:
A. Upon completion or termination of a contract, the division head responsible for the project
will submit a summary evaluation of the professional firm's handling of the project to
include the following data:
a. name of professional firm;
b. date of contract and date of completion;
c. cost as stated in initial contract, amount paid, and reason for any difference;
d. special strengths exhibited by professional firm;
e. problems or weaknesses in professional firm's handling of the project;
f. adherence to time schedule by the professional firm; and
g. names of key personnel working on the project and comments on their performance.
B. The summary evaluation will be submitted to the Purchasing Manager through the
department director and will be filed in the Purchasing Manager's records. The evaluations
will be available to selection committee members for review when evaluating firms to select
for other projects.
PU-13
Page 1 of 4
CITY OF FAYETTEVILLE, ARKANSAS
POLICY AND PROCEDURE
Subject:
Professional Services Selection Process: Other
Services
Policy Number:
PU-13
Original Policy Date:
June 27, 1990
Effective Date of New/Revised Policy:
December 22, 2008
Revision Dates:
Replaces PUR-13 issued June. 27, 1990; Revised
July 8 2005
Custodian: (Division)
Purchasing
Mayor's Signature and Date
& &�4
PU-13.0 PURPOSE:
The purpose of this directive is to establish a formal Competitive Selection of Professional
Services Policy for all professional services other than those for legal, financial advisory,
architectural, engineering, construction management and land surveying and the responsibilities
for its execution.
PU-13.1 DEFINITION:
A. The City and all its boards, commissions and authorities shall competitively select based on
qualifications and performance evaluation criteria all professional services performed for or
on behalf of the City.
B. It is the policy of the City to publicly announce requirements for the competitive selection for
professional services as referenced above, and to negotiate contracts for such services on the
basis of demonstrated competence and qualifications for the type of professional services
required provided that the services are rendered at fair and reasonable prices.
A. All municipal boards, commissions, and authorities established pursuant to state statute or
other legislative authority other than that provided for in A.C.A. tit. 14, ch. 47, A.C.A. sec.
14-47-101 et seq, shall be responsible for the implementation of such policies and procedures
as are hereinafter delegated to the Mayor and the City Council.
A. The competitive selection for such services shall be conducted by a review committee which
shall include one Alderman appointed by the Mayor to serve and represent the Council, the
Mayor (or representative), the Finance & Internal Services Director (or representative), the
involved Department Heads, appropriate City personnel and may include professional, and/or
individuals with expertise in the community. The review committee for each proposed
contract shall establish the qualifications and evaluation criteria necessary for the specific
services to be provided. This committee shall be establishedrip or to the issuance of any
Request for Proposal (RFP) or Request for Qualification (RFQ) so that it may review the
proposed RFP or RFQ.
B. The RFP or RFQ shall outline the structure of the selection committee and shall state the
point ranges which will be used to select the firm.
C. The Mayor will cause to be advertised, in a newspaper of general circulation, a notice that the
City has a need to contract for a particular professional service and shall invite all interested
parties to submit, to the extent permitted by the ethical standards of that profession, a
statement of their qualifications and other relevant information based on the evaluation
criteria specifically developed for the proposed services to be provided.
D. Once an RFP or RFQ has been advertised, any questions or inquiries regarding the RFP or
RFQ by a prospective responder must be directed to the Purchasing Division. Direct contact
by the prospective responder and the affected division/department personnel regarding the
RFP or RFQ should be avoided unless referred by Purchasing.
PU-13.4 SELECTION PROCESS:
A. In evaluating the qualifications of each firm, the review committee shall include the
following:
1. Qualifications in Relation to Specific Project to be Performed: Information reflecting
qualifications of the firm. Indicated specialized experience and technical competence of
the firm in connection with the type and complexity of the service required.
Subcontractors, if used, must be listed with information on their organization.
2. Experience, Competence, and Capacity for Performance: Information reflecting the
names, titles, and qualifications (including experience and technical competence) of the
major personnel assigned to this specific project. Provide detailed breakdown of
subcontractor's staff to be used and how they are to be used to supplement your staff.
3. Proposed Method of Doing Work: A proposed work plan (description of how the project
would be conducted as well as other facts concerning approach to scope you wish to
present) indicating methods and schedules for accomplishing each phase of the work.
Include with this the amount of work presently underway.
PU-13
Page 3 of 4
4. Past Performance: Previous evaluations (as set forth in PUR-13.7) shall be considered a
significant factor. if previous evaluations with this city are not available, the professional
firm's past performance records with others will be used, including quality of work,
timely performance, diligence, ability to meet past budgets, and any other pertinent
information. The firm will provide a list of similar jobs performed and the person with
that firm from whom the City can obtain information.
5. Price
B. Proposal Evaluation:
In evaluating the qualifications of each firm, the review committee shall consider the
following (assigning point ranges for each element from 10% to 35%, so that the total for the
five elements combined equals 100%):
1. Qualifications in relation to specific project to be performed;
2. Experience, competence, and capacity of performance;
3. Proposed method of doing work;
4. Past performance; and
5. Price.
C. The review committee shall evaluate all submittals and may conduct interviews with up to
five (5) firms regarding anticipated' concepts and the relative utility of alternative methods of
approach for furnishing the required services and then shall select therefrom, in order of
preference, based on criteria established and published by the review committee, no less than
three (3) of the firms deemed to be the most highly qualified to provide the services required.
The method of selection shall be for each committee member to rate the firms based on the.
points established in the RFP or RFQ so that each member selects 3 firms, rated 1, 2, and 3.
The firm receiving the highest number of 1 st place votes shall be selected (if a tie occurs, the
firm receiving the highest number of 1st and 2nd place votes shall be selected. If a tie still
exists, the Committee shall hold further discussions and a re -vote shall occur.)
D. The review committee or its designee shall then negotiate a contract with the highest
qualified firm for the services to be rendered, at compensation which the review committee,
or its designee, determines to be fair and reasonable to the City, subject to the approval of the
City Council.
E. Should the review committee, or its designee, be unable to negotiate a satisfactory contract
with the firm considered to be the most qualified, at a price determined to be fair and
reasonable to the City, negotiations with that firm shall be formally terminated. The review
committee, or its designee, shall then undertake negotiations with the second most qualified
firm. Should the review committee, or its designee, be unable to negotiate a satisfactory
contract with any of the selected firms, then the review committee shall reevaluate the
services including the scope and reasonable fee requirements.
A. The selection committee will recommend, after negotiations and review by the City Attorney,
Internal Auditor, Accounting Manager, and Purchasing Manager, the most advantageous
contract to the City Council for awarding.
PU-13.6 CONTRACTS UNDER $20,000:
A. The requirements for a review committee may be waived and the review of qualifications as
hereinabove stated shall be delegated to the responsible department head for recommendation
to the Mayor, who shall review and approve or disapprove all professional services contracts
in an amount of twenty thousand dollars ($20,000) or less.
PU-13.7 PROFESSIONAL PROJECT EVALUATION:
A. Upon completion or termination of a contract, the division head responsible for the project
will submit a summary evaluation of the professional firm's handling of the project to
include the following data:
a. name of professional firm;
b. date of contract and date of completion;
c. cost as stated in initial contract, amount paid, and reason for any difference;
d. special strengths exhibited by professional firm;
e. problems or weaknesses in professional firm's handling of the project;
f. adherence to time schedule by the professional firm; and
g. names of key personnel working on the project and comments on their performance.
B. The summary evaluation will be submitted to the Purchasing Manager through the
department director and will be filed in the Purchasing Manager's records. The evaluations
will be available to selection committee members for review when evaluating firms to select
for other projects.