Loading...
HomeMy WebLinkAbout259-19 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 259-19 File 'Number: 2019-0741 MILLER BOSKUS LACK ARCHITECTS, P.A. - BOND PROJECT: A RESOLUTION TO APPROVE A PROFESSIONAL ARCHITECTURAL SERVICES AGREEMENT WITH MILLER BOSKUS LACK ARCHITECTS, P.A., PURSUANT TO RFQ #19-01, IN THE AMOUNT NOT TO EXCEED $660,735.00 FOR ARCHITECTURAL SERVICES FOR UP TO THREE NEW FIRE STATIONS, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $80,000.00, AND TO APPROVE A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves a professional architectural services agreement with Miller Boskus Lack Architects, P.A. pursuant to RFQ #19-01, in the amount not to exceed $660,735.00 for architectural services for up to three new fire stations, and further approves a project contingency in the amount of $80,000.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on 11/19/2019 Page 1 Printed on 11120119 File Number.' 2019-0741 Resolution 259-19 Attest: GLER/f _� � •• CI Ty •T�p��. Lisa Branson, Deputy Cher�F� /VSAS Page 2 Printed on 11120119 City of Fayetteville, Arkansas 113 West Mountain Street tow% Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2019-0741 Agenda Date: 11/19/2019 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: C 7 MILLER BOSKUS LACK ARCHITECTS, P.A. - BOND PROJECT: A RESOLUTION TO APPROVE A PROFESSIONAL ARCHITECTURAL SERVICES AGREEMENT WITH MILLER BOSKUS LACK ARCHITECTS, P.A., PURSUANT TO RFQ #19-01, IN THE AMOUNT NOT TO EXCEED $660,735.00 FOR ARCHITECTURAL SERVICES FOR UP TO THREE NEW FIRE STATIONS, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $80,000.00, AND TO APPROVE A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves a professional architectural services agreement with Miller Boskus Lack Architects, P.A. pursuant to RFQ #19-01, in the amount not to exceed $660,735.00 for architectural services for up to three new fire stations, and further approves a project contingency in the amount of $80,000.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. City of Fayetteville, Arkansas Paye 1 Printed on 11/20/2019 City of Fayetteville Staff Review Form 2019-0741 Legistar File ID 11/19/2019 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Wade Abernathy 11/1/2019 FACILITIES MANAGEMENT (140) Submitted By Submitted Date Division / Department Action Recommendation: A resolution for approval of a contract with Miller Boskus Lack Architects for the Architectural Services for New Fire Stations in the amount of $660,735.00, approve a project contingency in the amount of $80,000.00 and approval of a budget adjustment. Budget Impact: 4610.860.7108-5860.02 4610.860.7109-5860.02 4610 - Fire Projects 2019 Bonds Account Number Fund 46100.7108.8630 Fire Station 8, Architectural Services '46100.7109.8630 Fire Station 9, Architectural Services Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? Yes Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget Project Title $ 10,588,135.00 $ 611,424.73 $ — 9,976,710.27 $ 740,735.00 $ 9,235,975.27 V20180321 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Original Contract Number: Comments: Approval Date: CITY OF FAYETTEVILLE ARKANSAS MEETING OF NOVEMBER 19,2019 TO: Mayor and City Council THRU: Don Marr, Chief of Staff Paul Becker, Chief Financial Officer Brad Hardin, Fire Chief CITY COUNCIL MEMO FROM: Wade Abernathy, Facilities & Building Project Manager DATE: November 1, 2019 SUBJECT: A resolution to approve a Contract with Miller Boskus Lack Architects for the Architectural Services for New Fire Stations and approve a project contingency. RECOMMENDATION: Staff recommends a resolution authorizing the approval of a contract through RFQ 19-01, Selection 11 with Miller Boskus Lack Architects for a not to exceed amount of $660,735.00 and approve a project contingency in the amount of $80,000. BACKGROUND: In December of 2018 the City of Fayetteville contracted with deMx architecture to provide a space needs study and budgetary cost for those needs. With further studies and Fire Department input, the need of 3 prototype fire stations at approximately 7500 sq. ft. to include 2 apparatus bays. In April 2019, Fayetteville voters approved the public safety bond question in the bond initiative, which included 3 new fire stations and a new police headquarters. Phase 1 funding for the bond included the purchase of land and construction of 2 fire stations and the police headquarters. Resolution 202-19 authorized the approval of the Land Sale Agreement with the University of Arkansas System Division of Agriculture in the amount of $2,590,000 for 11.6 acres at Deane and Porter. This Site will house both Police Headquarters and a Fire Station. Resolution 201-19 authorized the approval of the Land Sale Agreement for the purchase of 1.76 acres in the amount of $180,000 with Robert and Vickie Parker located on South School Avenue. On October 15, 2019, a preliminary geotechnical engineering report, and phase 1 ESA by McClelland Engineering was submitted to City Attorney as a condition of the purchase on south school. On October 18, 2019, a preliminary geotechnical engineering report and phase 1 ESA by GRTS was submitted to the City Attorney as a condition of the purchase of dean and porter. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Lot Splits and Closing of the properties are forthcoming DISCUSSION: City Purchasing advertised for an annual RFQ for Architectural and Engineering services. The selection committee short listed four firms and selected MBL based on their extensive experience with this facility type and other selection criteria established in the RFQ. Purchasing, Facilities and Fire have reviewed and negotiated the contract scope and fee structure resulting in an equitable contract in line with industry standards. BUDGET/STAFF IMPACT: This contract will be funded from the 2019 sales and use tax bonds with the phase 1 appropriations in the amount of $10,522,906. A budget adjustment is attached. A contingency in the amount of $80,000 will be held. Attachments: Contract Document Appendix A: Scope of Services Appendix B: Design Fee and Services Schedule Appendix C: City's RFQ 19-01 Appendix D: BSW response to RFQ 19-01 Appendix E: Fire Department Space Needs Study Appendix F: MBL Certificate of Insurance Aft CITY OF CONTRACT AGREEMENT FOR WM FAYETTEVILLE PROFESSIONAL ARCHITECTURAL SERVICES ARKANSAS FOR THE CONSTRUCTION OF THREE FIRE STATIONS Vendor: Miller Boskus Lack Architects, P.A. THIS AGREEMENT is executed this + day of -Dovembef , 2019, by and between the City of Fayetteville acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE or CITY) and MILLER BOSKUS LACK ARCHITECTS, P.A. (hereinafter called ARCHITECT or MBLA. CITY OF FAYETTEVILLE from time to time requires professional ARCHITECTURAL and Engineering services in connection with the evaluation, design, construction drawings, bidding, and/or construction observation of capital improvement projects. Therefore, City and MBLA in consideration of their mutual covenants agree as follows: MBLA shall serve as the professional architectural 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 architect registered in the State of Arkansas and qualified in the particular field. 1. Contracted parties: a. This agreement shall be binding between all parties. Fees for architectural 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. a. Appendices included under this agreement include the following: i. Appendix A: Scope of Services ii. Appendix B: MBLA Design Fee and Project Timeline iii. Appendix C: RFQ 19-01, Engineering and Architectural Services iv. Appendix D: MBLA's Response to RFQ 19-01 v. Appendix E: Fire Department Space Needs Study vi. Appendix F: MBLA's current Certificate of Insurance b. This agreement may be modified only by a duly executed written instrument signed by the CITY and MBLA. 3. Notices: Any notice required under this Agreement shall be in writing, address to the appropriate party at the following addresses.- a. ddresses:a. City of Fayetteville: Attention: Mayor Lioneld Jordan, 113 W. Mountain, Fayetteville, AR 72701 b. M BLA: Attention: Audy Lack, 2397 N Green Acres Rd, Fayetteville, Arkansas 72703 4. Fees, Expenses, and Payments: a. The maximum not -to -exceed amount authorized for this agreement is $660,735 which includes the reimbursable allocation shown below. Fees shall be paid to the MBLA as described in Appendix B_ i. Reimbursable Items (as defined in Appendix A and B): $50,000 RFQ 19-01, Engineering & Architectural Services — Selection for Fire Station Architect Last Revised: 10.29.19 — Page 1 of 9 b. MBLA 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 for work completed as defined by Appendix B. 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 MBLA in writing of the basis for any disputed portion of any invoice. CITY shall make reasonable effort to pay invoices within 30 calendar days of date the invoice is approved. d. Monthly invoices for each calendar month shall be submitted to CITY OF FAYETTEVILLE or such parties as CITY OF FAYETTEVILLE may designate for professional services consistent with MBLA'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 MBLA 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 OF FAYETTEVILLE'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, MBLA 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 MBLA 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 MBLA or sureties under this Agreement. 5. Notices: Any notice required to be given under this Agreement to either party to the other shall be sufficient if addressed and mailed, certified mail, postage paid, delivery, fax or e-mail (receipt confirmed), or overnight courier. 6. Jurisdiction: Legal jurisdiction to resolve any disputes shall be Arkansas with Arkansas law applying to the case. 7. Venue: Venue for all legal disputes shall be Washington County, Arkansas. 8. 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. If a Freedom of Information Act request is presented to the City of Fayetteville, the architect will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. 25-19-101 et. Seq.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for this compliance. 9. 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. 10. Omissions by the Architect: If MBLA 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, MBLA will not receive a fee for work associated with the Change Order. 11. Insurance: MBLA shall furnish a certificate of insurance addressed to the City of Fayetteville, showing coverages for the following insurance which shall be maintained throughout the term of this agreement. Any work sublet to major subconsultants including MEP, Structural, and Civil, MBLA 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 RFQ 19-01, Engineering & Architectural Services — Selection for Fire Station Architect Last Revised: 10.29.19 — Page 2 of 9 under Worker's Compensation Insurance, MBLA 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. MBLA 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. The City shall be listed as additional insured entity. b. Subconsultants not identified as major subconsultants shall maintain reasonable insurance including but not limited to worker's compensation, auto as applicable, general liability, errors and omissions, etc. 12. Professional Responsibility: MBIA 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 MBLA any defects or suspected defects in services of which CITY OF FAYETTEVILLE becomes aware, so MBLA can take measures to minimize the consequences of such a defect. CITY OF FAYETTEVILLE retains all remedies to recover for its damages caused by any negligence of MBLA. 13. Responsibility of the City of Fayetteville a. CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of MBLA: i. Provide full information as to the requirements for the Project. ii. Assist MBLA by placing at MBLA's disposal all available information pertinent to the assignment including previous reports and any other data relative thereto. iii. Assist MBLA in obtaining access to property reasonably necessary for MBLA to perform its services under this Agreement. iv. Examine all studies, reports, sketches, cost opinions, proposals, and other documents presented by MBLA and render in writing decisions pertaining thereto. v. Review all documents and provide written comments to MBLA in a timely manner. vi. The City of Fayetteville Facilities Director is the project representative with respect to the services to be performed under this Agreement. The Facilities Director shall have complete authority to transmit instructions, receive information, interpret and define policies and decisions with respect to materials, equipment, elements and systems to be used in the Project, and other matters pertinent to the services covered by this Agreement. 14.Cost Opinions and Projections: Cost opinions and projections prepared by the MBLA relating to construction costs and schedules, operation and maintenance costs, equipment characteristics and performance, cost estimating, and operating results are based on MBLA's experience, qualifications, and judgment as a design professional. Since MBLA 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, MBLA does not guarantee that actual rates, costs, performance, schedules, and related items will not vary from cost opinions and projections prepared by MBIA. 15. Period of Service: This Agreement will become effective upon the first written notice by CITY OF FAYETTEVILLE authorizing services hereunder. RFQ 19-01, Engineering & Architectural Services —Selection for Fire Station Architect Last Revised: 10.29.19 — Page 3 of 9 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. MBLA 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 services authorized and the time in which the services are to be completed. The anticipated schedule for this project is included as an Appendix. 16. Termination: a. This Agreement may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this Agreement through no fault of the terminating party, provided that no termination may be effected unless the other party is given: i. Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, ii. An opportunity for consultation with the terminating party prior to termination. b. This Agreement may be terminated in whole or in part in writing by CITY OF FAYETTEVILLE for its convenience, provided that MBLA 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 effected 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 MBLA at the time of termination may be adjusted to cover any additional costs to CITY OF FAYETTEVILLE because of MBLA's default. d. If termination for default is effected by MBLA, or if termination for convenience is effected 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 MBLA for services rendered and expenses incurred prior to the termination, in addition to termination settlement costs reasonably incurred by MBLA relating to commitments which had become firm prior to the termination. e. Upon receipt of a termination action, MBLA 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 MBLA 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 MBLA to fulfill contractual obligations, it is determined that MBLA 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. 17. Delays a. In the event the services of MBLA are suspended or delayed by CITY OF FAYETTEVILLE or by other events beyond MBLA's reasonable control, MBLA shall be entitled to additional compensation and time for RFQ 19-01, Engineering & Architectural Services —Selection for Fire Station Architect Last Revised: 10.29.19 — Page 4 of 9 reasonable documented costs actually incurred by MBLA in temporarily closing down or delaying the Project. b. In the event the services are suspended or delayed by MBLA, 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. 18. Rights and Benefits a. MBLA's services shall be performed solely for the benefit of CITY OF FAYETfEViLLE and not for the benefit of any other persons or entities. 19. Dispute Resolution a. Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes between CITY OF FAYETTEVILLE and MBLA which arise from, or in any way are related to, this Agreement, including, but not limited to the interpretation of this Agreement, the enforcement of its terms, any acts, errors, or omissions of CITY OF FAYETTEVILLE or MBLA 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. Il. For disputes arising within one year after the making of final payment, CITY OF FAYETTEVILLE shall give MBLA 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. ill. Negotiation: Within seven (7) calendar days of receipt of the Notice, the Project Managers for CITY OF FAYETTEVILLE and MBLA 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 MBLA 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. 20. Sufficient Funds: The CITY represents it has have sufficient funds or the means of obtaining funds to remit payment to MBLA for services rendered by MBLA. 21. Publications: a. Recognizing the importance of professional development on the part of MBLA's employees and the importance of MBLA's public relations, MBLA may prepare publications, such as technical papers, articles for periodicals, promotional materials, and press releases, in electronic or other format, pertaining to MBLA'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 RFQ 19-01, Engineering & Architectural Services—Selection for Fire Station Architect Last Revised: 10.29.19 — Page 5 of 9 provide CITY OF FAYETTEVILLE's comments to MBLA, 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 MBLA's activities pertaining to any such publication shall be for Iv1BLA's account. 22. Indemnification: a. MBLA 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 MBLA's capacity as an architect, and caused by any willful or negligent error, omission, or act of MBLA or any person employed by it or anyone for whose acts MBLA is legally liable. 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. MBLA 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 MBLA as part of the Services shall become the property of CITY OF FAYETTEVILLE when MBLA has been compensated for all Services rendered, provided, however, that MBLA shall have an unrestricted perpetual license right to their use. MBLA 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 MBLA. c. Any files delivered in electronic medium may not work on systems and software different than those with which they were originally produced. MBLA 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 MBLA: a. Review, approval, or acceptance of design drawings, specifications, reports and other services furnished hereunder by CITY shall not in any way relieve MBLA 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. MBLA shall be and shall remain liable, in accordance with applicable law, for all damages to CITY OF FAYETTEVILLE caused by MBLA's negligent performance, except beyond the MBLA 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. MBLA's obligations under this clause are in addition to MBLA'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 MBLA for faulty materials, equipment, or work. RFQ 19-01, Engineering & Architectural Services — Selection for Fire Station Architect Last Revised: 10.29.19 — Page 6 of 9 d. Deliverables for Record Documents or "as-builts" shall be defined as the following. MBLA will provide one set of Drawings in digital (PDF) format that includes final revisions formalized by MBLA through the course of the Work. Field revisions as supplied by the General Contractor to MBLA at close out shall be included as part of MBLA's "As-Builts". MBLA will also provide AutoCAD compatible (DWG) vector format digital background files of a project site plan, floor plans and ceiling plans. 25.Audit and Access to Records: a. MBLA shall maintain books, records, documents and other evidence directly pertinent to performance on work under this Agreement in accordance with generally accepted accounting principles and practices consistently applied in effect on the date of execution of this Agreement. b. MBLA shall also maintain the financial information and data used by MBLA 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. MBLA 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 in excess of $10,000 affecting the price of any formally advertised, competitively awarded, fixed price agreement: ill. 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 MBLA; 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. MBLA 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 MBLA 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 RFQ 19-01, Engineering & Architectural Services — Selection for Fire Station Architect Last Revised: 10.29.19 — Page 7 of 9 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 MBLA or any of MBLA'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 MBLA terminate this Agreement. CITY OF FAYETTEVILLE may also pursue other rights and remedies that the law or this Agreement provides. However, the existence of the facts on which CITY OF FAYETTEVILLE bases such finding shall be in issue and may be reviewed in proceedings under the Remedies clause of this Agreement. b. The CITY may pursue the same remedies against MBLA as it could pursue in the event of a breach of the Agreement by MBLA. 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 MBLA incurs in providing any such gratuities to any such officer or employee. 28. Clarification and Understanding of all parties: a. The citizens of Fayetteville voted to authorize the Fayetteville City Council to issue bonds to fund this project. b. All parties agree and acknowledge that all funds derived from the City's sale of the bonds may only be spent or used for purposes authorized by the City voters and applicable state law. c. The City of Fayetteville intends to prominently display a bronze or comparable material plaque or other means of display inside the main lobby or other designated area stating, "The City of Fayetteville thanks the citizens and taxpayers of Fayetteville for their over $XX million investment for the project name and year". Wording shall be finalized with the CITY prior to procuring the plaque. 29. Equal Employment Opportunity: The parties hereby incorporate by reference the Equal Employment Opportunity Clause required under 41 C.F.R. § 60-1.4, 41 C.F.R. § 60-300.5(a), and 41 C.F.R. § 60-741.5(a), if applicable. a. Architect shall abide by the requirements of 41 CFR §§ 60-1.4(a), 60- 300.5(a) and 60-741.5(a). These regulations prohibit discrimination against qualified individuals based on their status as protected veterans or individuals with disabilities and prohibit discrimination against all individuals based on their race, color, religion, sex, sexual orientation, gender identity, or national origin. Moreover, these regulations require that covered prime contractors and subcontractors take affirmative action to employ and advance in employment individuals without regard to race, color, religion, sex, sexual orientation, gender identity, national origin, protected veteran status or disability. b. Architect and subconsultants certify that they do not maintain segregated facilities or permit their employees to perform services at locations where segregated facilities are maintained, as required by 41 CFR 60-1.8. RFQ 19-01, Engineering & Architectural Services — Selection for Fire Station Architect Last Revised: 10.29.19 — Page 8 of 9 IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and MILLER BOSKUS LACK ARCHITECTS, P.A., by its authorized officer have made and executed this Agreement as of the day and year first above written. CITY OF FAYETTEVILLE ARKANSAS MILLER BOSKUS-C�CK ARCHITECTS, P.A. 0 By ....�/__�%....._ Lisa Branson, Deputy City Cle �.'•C1TY p'•;sG�. 'FA YF_�*ILLE:-u= �4�G r0 N •CC ���`. CKIPRINCIPAL I Date Signed: 11— I J I — f Date Signed: /-5 • j �/ `� END OF AGREEMENT FOR PROFESSIONAL ARCHITECTURAL SERVICES RFQ 19-01, Engineering & Architectural Services — Selection for Fire Station Architect Last Revised: 10.29.19 — Page 9 of 9 APPENDIX A - SCOPE OF SERVICES PROFESSIONAL ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF VARIOUS FIRE STATIONS FOR THE CITY OF FAYETTEVILLE 1. Project Information & Requirements a. The Architect and its sub consultants that comprise the project team shall provide Architectural and Engineering services to the City for the, schematic design, design development, construction drawings, bidding, construction administration and ancillary services, including services to prepare necessary documents for permitting approval through the Large -Scale Development process, necessary to construct up to 3 proto type fire stations approximately 7500 square feet, on 3 different sites. i. This scope of services and associated fees shall be for two of the three proto type fire stations. In the event the City and MBLA both agree, this contract and scope of services can be executed for an additional proto- type fire station. ii. It is the intent of the City to have MBLA design one similar floor plan, layout and design features to result in a proto-type design which can be applied to various fire stations at different sites. iii. One of the two first proto-type fire stations are intended to be on the same project site which will have a new police headquarters constructed soon. This fire station shall be referred to as Fire Station #8. MBLA shall coordinate with the City's third party architectural firm, overseeing design for the Police Station Headquarters, to collaborate efforts on exterior aesthetics for the overall design of buildings on project site including but not limited to traffic ingress and egress, exterior materials, overall site functionality, utilities, etc. 1. It is the intent of the City to have Fire Station #8 be complimentary in design characteristics as the Police Headquarters Campus and overall design; however, Fire Station #8 and the Police Headquarters Campus shall still be easily recognizable and distinguished as a fire station. b. The new facilities shall achieve a minimum standard of LEED Certification as designated by the U.S. Green Building Council (USGBC) with a minimum certification of Silver. c. The bond issue passed by the citizens of Fayetteville identified the fire stations will be paid by the bond issue (through City). d. The City has completed a program identifying space needs. It is intended for the Program to serve as the starting point for architectural services requested in this request for qualifications. The new stations shall achieve a minimum standard of Professional Architectural Services — Fayetteville Fire Station APPENDIX A — SCOPE OF SERVICES Page 1 of 8, Last Updated: 10/29/2019 Silver LEED Certification as designated by the U.S. Green Building Council (USGBC.). e. The City shall be responsible for hiring a geotechnical and surveying licensed professional for the project. These two trades are not included in the scope of this contract. f. The Procurement method is competitive bid with a Lump Sum contract with General Contractor. The bid form will include the option to the GC to bid individual fire stations, or combinations thereof. g. The project team, including all engineering and architectural disciplines, are hereby identified as the following: i. Fire Station Architect: Mary McGrath Architects ii. Mechanical, Electrical & Plumbing: Engineers: HSA Consultants, Inc. iii. Structural Engineering: Robbins Engineering Inc. iv. Civil & Landscape Engineering: Olsson, Inc. v. LEED Consultant: Integrity Consulting vi. Cost Consultant: Wooldridge Consulting Services vii. LEED Commissioning and Monitoring Consultant: Integrity Consulting 2. City Responsibilities: a. Right of entry to the properties b. Adjacent property owner notifications and public meeting notices. c. Previous available surveys, reports, etc. d. Paying all plan review fees and advertising costs. e. Furnishing all permits and providing permit review fees. f. Provide base map drawing based upon city planimetric showing contours, structures, right-of-way, property lines, easements, and all utilities including private sewer service connections. g. Provide security, access control, & communications i. Excludes raceway infrastructure to be provided by MBLA 3. Exclusions: a. For clarification, the proposed scope of services does not include the following but will be considered as extra work as directed by the City in advanced writing for an additional agreed upon by the City and MBLA: i. Utility relocation design other than water and sewer. Professional Architectural Services — Fayetteville Fire Station APPENDIX A — SCOPE OF SERVICES Page 2 of 8, Last Updated: 10/29/2019 4. Score of Work a. Phase 1: Programming i. MBLA to provide a review of existing space programming study with City input. ii. Comply with City of Fayetteville development, building and fire codes. iii. Prepare and submit three (3) sets of spatial needs program of spaces and adjacencies layout for review and approval. Each spatial plan shall include basic information such as sizes, space requirements, workflows, activities and special uses. b. Phase 2: Schematic Design i. Develop design criteria based on local and national code requirements including Life Safety Concerns, American Disabilities Act, and Wind/Seismic Design Criteria. ii. Gather information related to existing on-site utilities and underground systems which are intended to be demolished. iii. Identify LEED design principles that may impact design, cost, and LEED evaluation. iv. Evaluation of the site based upon the following criteria: 1. Topography, Utilities, and Environmental Conditions. 2. Interface with surrounding street system. 3. Vehicular and pedestrian ingress/egress. 4. Construction staging and access considerations. S. Passive and active patron safety factors. 6. Impact on neighboring properties. 7. Geotechnical Investigation as it pertains to the current structural system, both for gravity loads and seismic considerations 8. Ability to utilize LEED design principles. In addition, design team to identify potential principles and provide estimated costs for program inclusion consideration. 9. Architectural Design. 10. Cultural and Historic Factors. 11. Zoning/Development Regulations. v. MBLA shall meet and coordinate with all franchise utility companies to obtain an inventory of utilities within the study areas and a written statement regarding the available capacity. vi. MBLA shall review a site specific Geotechnical Report, to be performed by a third party compensated by the City. The City will provide the Geotechnical immediately to MBLA upon its completion. In the event MBLA does not agree with the City's provided Geotechnical Report, MBLA shall immediately notify the City. Professional Architectural Services — Fayetteville Fire Station APPENDIX A — SCOPE OF SERVICES Page 3 of 8, Last Updated: 10/29/2019 vii. City shall provide Boundary Survey and MBLA shall review survey and alert City to any issues found. MBLA to provide Topographical Survey for the property. viii. Review, alert the City of any issues found, and adopt final Traffic Impact Analysis (TIA) to be provided by the City. Coordinate with civil engineer as related to the design. ix. Attend coordination meetings with City staff and any pertinent external agencies (County, State and Federal) as required to determine and gain approvals from all pertinent entities. x. Prepare and submit three (3) sets of site plan program of spaces and adjacencies layout for review and approval. xi. Facilitate meetings with City staff to review building square footage, required utilities, drainage, zoning and traffic needs to develop Schematic Design Documents. xii. Obtain and review applicable City standards and guidelines for design (Design Criteria Manual, Unified Development Code) and provide design that meets City codes in coordination with the civil engineer. xiii. Attend Pre -Development meeting and address points of clarification regarding the project. xiv. Prepare and submit three (3) sets of Schematic Design Documents, Preliminary Specifications, schematic cost estimate and schedule to the City staff for review and approval. Also submit necessary documents for Large Scale Development review through the City Planning Office. Components shall include: 1. Site plans, paving layouts, traffic circulation 2. Floor plans, building circulation 3. Exterior elevations, rendering and color palette 4. Critical building sections and details 5. Relevant right of way information such as easements, building set- backs, etc. 6. Location of utilities and sizes 7. Landscaping and tree protection plans as applicable. xv. After receiving schematic design comments, meet with applicable divisions to resolve comments in preparation for review by Planning Commission xvi. Respond in writing to all City comments on plans xvii. Coordinate with private utilities and service providers xviii. Facilitate meetings with City staff as needed to develop basic components and traffic planning of building program, equipment and materials. Design for roadways and intersections affected by the project site are currently underway. MBLA shall coordinate with the City's third -party design professional to communicate the Fire Department's specific and unique project needs including but not limited to traffic flow, shift changes, etc. Professional Architectural Services — Fayetteville Fire Station APPENDIX A — SCOPE OF SERVICES Page 4 of 8, Last Updated: 10/29/2019 xix. Present plans to the Planning Commission for Large Scale Development approval. c. Phase 3: Design Development i. Facilitate meetings with City staff to develop Design Development Documents. ii. Prepare and submit three (3) sets of Design Development Documents including Detailed Specifications, Detailed Cost Estimate and schedule to the City staff for review and approval. (50% plan review). Components to include: 1. Site plans, paving layouts, traffic circulation, lighting, signage and utilities 2. Floor plans, Structural, Civil, Architectural, Storm Water Pollution Prevention Plan (SWPPP), MEP, Fire Protection and landscaping 3. Exterior elevations, rendering and color palette 4. Building sections and details 5. Interior elevations, casework and millwork elevations 6. Drainage Study and calculations, as required by City 7. Report addressing all City's Design Criteria and Code requirements iii. Respond in writing to all City comments on plans. iv. Coordinate final utility plans. v. Facilitate with City cost -benefit analyses to determine most cost-effective construction after evaluation of life -cycle cost impact. d. Phase 4: Construction Documents i. Prepare complete Construction Documents/Plans and Specifications and submit three (3) sets to City staff, and electronic versions as necessary, for Code and general review and approval (90% plan review). ii. Attend follow up meetings with City Development Services and Fire Marshall. iii. Complete Platting and record Plat. iv. Complete final coordination with private utilities and service providers. v. Prepare and submit three (3) complete sets of Construction Documents, and electronic versions as necessary, including 90% written responses, Specifications and Architect's Cost Estimate and schedule to: 1. City of Fayetteville Development Services for review and approval (100% plan review) vi. Correct plans to reflect issues noted by Review for Permit, inclusive of any necessary redesign prompted from the permit process. vii. Construction Documents/Plans, Specifications and Project Drawings shall be routed through the City of Fayetteville Development Services, Planning, Engineering, Building Safety, Fire Marshal, and Urban Forestry for required approvals. Professional Architectural Services — Fayetteville Fire Station APPENDIX A — SCOPE OF SERVICES Page S of 8, Last Updated: 10/29/2019 e. Phase 5: Bidding Services i. Coordinate with City Purchasing Division to ensure all procedures followed for this phase meet state laws and City of Fayetteville Policies. ii. Assist City Purchasing Division in reproduction and dissemination of bid sets (project manual and stamped drawings) to the City [PM (1), Purchasing (1) and interested bidders]. Construction documents should be made available to any interested party in PDF format electronically at no cost. iii. This project is being funded through bond funds, which are tied to strict deadlines. City will communicate expense deadlines with MBLA as MBLA develops, finalizes, and modifies the project schedule. iv. Coordinate with City Purchasing Division in the distribution of plans to interested bidders. 1. Distribution of all documents shall be done through the City of Fayetteville Purchasing Division only. 2. City of Fayetteville Purchasing shall be responsible for maintaining an accurate record of plan holder's and provide an updated listing to all interested parties in a timely manner. 3. MBLA to prepare documents for distribution by City Purchasing. v. Coordinate with City Purchasing Division during pre-bid meeting and attend the Bid Opening. vi. Coordinate with City Purchasing Division during any process involving Request for Information (RFI). vii. Any addenda shall be provided to the Purchasing Division for review and approval in advance of issuance. Bidders, interested parties, and plan holders shall receive all information included in an addendum at the time of issuance. viii. Bid openings shall be held at the City of Fayetteville Administration Building, City Hall, at a time and date coordinated in advance with the City Purchasing Division. ix. Assist with design of Bid Proposal x. Prepare Architect's Recommendation of Award Letter 1. Review of contractor's financial standing and references provided 2. Explanation of discrepancies between the Architect's estimate and bids 3. Coordinate with City to develop a Value Engineering list as needed. xi. Attend City Council meeting(s) and make recommendation for award of Contract(s) for Construction. xii. Produce and transmit to selected contractor five (5) sets of project manuals ready for execution with City's Notice of Intent to Award (NOI) f. Phase 6: Construction Administration i. Put forth diligent and fiscally responsible efforts to ensure the project will be completed on time and within budget Professional Architectural Services — Fayetteville Fire Station APPENDIX A — SCOPE OF SERVICES Page 6 of 8, Last Updated: 10/29/2019 ii. Facilitate semi-monthly OAC Pre -Construction meetings with City, MBLA, and contractor for (OAC) progress meetings. iii. Provide Construction Administration. 1. Review, log and approve submittals, shop drawings, Request for Information etc. 2. Review Construction Schedule; efficiently track and manage progress 3. Review Construction Materials Testing reports. 4. Review and approve applications for payment. 5. Coordinate with GC on all Request for Change Proposals, Change Orders, etc. including maintaining a log of all such documents. 6. Provide direction for questions and concerns from the City in resolution of problems. 7. Civil Engineer to provide inspections for public infrastructure work. iv. City intends to provide regular construction administration services. MBLA shall provide field services, OAC progress meetings, and progress payment review and assistance on a semi-monthly basis, as required by project demands, or otherwise needed. v. MBLA's Construction Administrator to conduct a site visit on a mutually determined schedule after consultation with the City and General Contractor, including observation of structural concrete placement, underground piping installation and inspections, structural steel, mechanical/electrical/plumbing cover-up, masonry installation, ceiling cover-ups, roofing, etc. 1. Provide site visit report to City of Fayetteville Facilities Management Division, Police Department, and GC at least one (1) time per month. vi. Conduct Substantial Completion Inspection, coordinate with GC to create punch list, substantiate that items noted are completed, and issue Substantial Completion Certificate. vii. City of Fayetteville Facilities Management Division, Fire Department, and GC shall be notified to attend all on-site meetings, review and approve all pay requests, and change order review prior to Mayor's approval. viii. Special Inspections: 1. Recent code language contains references to "Special Inspections" for various parts of the construction process. The industry is currently meeting these requirements by assigning responsibilities to various Consultants involved in the Construction Industry (Commissioning Agents, Materials Testing Lab, Fire Protection and Smoke Evaluation Consultants, Mechanical and Structural Engineers and Architects). Since these inspections are new to the industry, each jurisdiction has their own interpretation as to how "Special Inspections" are accomplished beyond Standard Construction Administration Activities and what party should be Professional Architectural Services — Fayetteville Fire Station APPENDIX A — SCOPE OF SERVICES Page 7 of 8, Last Updated: 10/29/2019 responsible for them. The Design Team will work with the appropriate jurisdiction during the Design Phase of the Project to identify requirements and responsibilities. Many of these inspections may be performed as part of Standard CA services but some may require Additional Services Fees from the Design Team or outside Consultants. These "Special Inspections" must be identified prior to the start of construction in order to be performed at the appropriate time prior to receiving a "Certificate of Occupancy." g. Phase 7: Project Close Out i. Provide Warranty Administration Services during the entire Warranty Period. MBLA to issue Warranty Reports and review items after the Contractor has notified the City that these items are complete. J. Provide support services as reasonably determined during the project close out process. iii. Obtain and review close out submittal from the contractor for completeness before transmitting to the City which include but are not limited to: 1. Contractor's red lines and as -built notes 2. Warranty information 3. Release of Liens 4. Consent of surety 5. Material Safety Data Sheet (MSDS) 6. Operating Manuals 7. Start up and testing reports 8. Building commissioner report 9. As -Built record drawings (in hard copy and digital format) 10. Systems training, including video and audio iv. Issue Final Completion and Acceptance letter to the City recommending acceptance. v. Coordinate with the City and GC during an 11 -month and 22 -month project walk-through to identify any warranty issues which need to be resolved prior to the warranty close out period between the City and GC or City and third -party system suppliers. Professional Architectural Services — Fayetteville Fire Station APPENDIX A — SCOPE OF SERVICES Page 8 of 8, Last Updated: 10/29/2019 Appendix B Miller Boskus Lack Architects, P.A. Exhibit "B" Basic Services Compensation Compensation for the Architects Basic Services, including the service of the MEP Engineers and Structural Engineer shall be a fixed fee of $325,500 For the first two stations. The third station, will be a prototype, repeat, building to be built at a later date. This third fire station will will be added to the contract as a fixed fee equal to 5% of the anticipated project cost, when the project commences. Design and Construction Contract Administration progress payments shall be allocated to services as listed below and will be billed on a monthly basis. Desian Services Schematic Design 20% $65,100 Design Development 15% $48,825 Construction Documents 40% $130,200 Construction Procurement Services 5% $16,275 Contract Administration Services 20% $65,100 Total Compensation = 100% $325,500 Reimbursable Expenses Reimbursable expenses are in addition to compensation for the Architects' professional services and include expenses incurred by the Architect and their consultants directly related to the project as follows: 1. Transportation and authorized out-of-town travel and subsistence; 2. Fees paid for securing approval of authorities having jurisdiction over the project; 3. Printing and Reproduction expenses; 4. Postage & Shipping. The line item estimate in the contract for reimbursable is $50,000 Additional Services Compensation Compensation for Additional Services will be computed as noted below BIM Modeling The architect utilizes the latest in BIM modeling software. Three-dimensional modeling will be used for the design of these projects and for presentations, renderings, and visualization of the new facilities. BIM modeling will be utilized for the production of construction documents and coordination of the architect's engineers. A BIM model for construction is not required by the Construction Manager and is not required for the construction of these new facilities and therefore is not part of this agreement and will not be provided for these projects. The architect's fee for BIM modeling is $0. Civil Engineering & Landscape Design The architect will hire Olsson Engineering to provide Civil Engineering and landscape plans and specifications for the site engineering and plantings for the new facilities. These plans will be prepared for bidding and construction in conformance with the City of Fayetteville's landscape ordinance, and the wishes of the Owner. As part of the design process, Olsson will participate in two public input sessions as described in the RFO we received for this project. Olsson will manage the site and infrastructure entitlement process. The fee for this service will be a lump sum fee of $45,400 per each station. Interior Design & FIFE (Furniture, Fixtures, Equipment) Design If the Owner desires, the architect will select furnishing, decor, & fixtures for the buildings. The architect will provide plans and specifications for these items for bidding and procurement by the City of Fayetteville. The fee for these services will be a fixed fee of $7,400 for the first two stations. Telecommunications, Data, Communications, Alarm System, Security, Access Control, and Head -In System. The back boxes and conduits in concealed spaces will be provided in the electrical engineering drawings for these systems. The owner and their service providers will need to tell the design team where these items will be located. Cost for this service is $0.00 Commissioning Architect will hire Integrity Consultants as the projects Commissioning Agent to fulfill the LEED pre -requisite for Commissioning. The fee for Basic Commissioning will be $34,985 for the first two stations. 3 points are available in the LEED process for Enhanced Commissioning. This is an optional service, which is not included in the current lump sum agreement but can be added for a fee of $10,965. LEED Certification Assistance The architect will assist the owner in pursuit of LEED certification for the project. The architect will hire a LEED Consultant for the project, who along with the architect will assist the owner in registering the projects with the USGBC. The architect and Consultant will facilitate LEED workshops for the proposed design and will provide plans and specifications to specify the LEED goals for the project. LEED Silver is the intended goal of the project at the time of this agreement. The fee for LEED certification services is $75,500 for the first two stations. A reduced fee will be processed for the third station when those services are added to this contract by addendum. We anticipate this station to be a prototype, repeat product. As Built Record Drawings Per Appendix A — Scope of Services, MBLA will make changes to the original drawings, based on the General Contractor's marked -up as built drawings. The Fee for this scope of work will be $10,000 per fire station. Fire Station Consultant / Programming The architect will hire Mary McGrath Architects as the fire station consultant for the project. The fire station consultant will lead the programming and planning phase of the design process. This includes attendance by Mary McGrath at 2-3 on-site workshops. The fee for these services will be a lump sum fee of $48,000. Cost Consultant The architect will hire cost estimating services. The architect will provide historic, square foot costs in the Programming and Schematic Design phases. A full take -off budget will be provided at the end of Design Development and at 75% completion of Construction Documents. The fee for this service will be $10,000 for the first two stations, if done simultaneously and $5,000 for the third station to be completed at a different time. Topographic Survey The architect will hire Olsson, Inc. to provide a topographic survey of the project sites. The fee for this service will be $4,600 for the South School Site where there are many trees and a lot of slope. The Dean and Porter Site will be $1,350. The total for both sites will be $5,950 Note: Olsson informed me they included topo survey of the entire acreage at Dean and Porter so the $1,350 cost will need to be deducted from the other provider's contract. Hourly Rates Principal Sr. Project Architect Specification Writer Director of Urban Design Interior Architect Architect III Architect II Architect I Interior Designer Project Manager/BIM Administrative $195.00 per hour $175.00 per hour $175.00 per hour $165.00 per hour $165.00 per hour $165.00 per hour $155.00 per hour $145.00 per hour $145.00 per hour $145.00 per hour $ 70.00 per hour Project Milestone Schedule — Fayetteville Fire Stations 8 and 9 Contract Approval by City Council Contract Signed and Notice To Proceed Programming Schematic Design Design Development Construction Documents Bidding Construction November 19, 2019 December 2, 2019 December 2019 -January 2020 February 2020 -March 2020 April 2020 -May 2020 June 2020 -September 2020 October 2020 November 2020 -October 2021 CITY OF rFAYETTEVILLE IARKANSAS Appendix C City of Fayetteville, AR Purchasing Division, Room 306 113 W. Mountain Street Fayetteville, AR 72701 Phone: 479-575-8220 TDD (Telecommunication Device for the Deaf): 479.521.1316 REQUEST FOR QUALIFICATION: RFQ 19-01, Engineering & Architectural Services DEADLINE: Wednesday, January 23, 2019 prior to 2:00:00 PM, local time DELIVERY LOCATION: Room 306 — 113 W. Mountain, Fayetteville, AR 72701 PURCHASING AGENT: Les McGaugh, Imcgaugh@fayetteville-ar.gov DATE OF ISSUE AND ADVERTISEMENT: Wednesday, January 02, 2019 and January 09, 2019 REQUEST FOR STATEMENT OrUALIFICATION RFQ 19-01 En ineerin and A tura) Services It is the intent for the accepted respono s sol ion to be considered for al engineering and archi sw s io r 2019. Additional selections may be fro Xs -citation if the City passes the onds in 9. The City reserves th9�gs�� isue a ep ate RFQ at any time for any job specific en iarchitectural selection. Submittals shall be submitted in sealed envelopes labeled with the solicitation number, solicitation name, and the name and address of the firm. 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 undersigned 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 submitting, 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 Manager. City of Fayetteville, AR RFQ 19-01, Engineering & Architectural Services Page 1 of 16 ENTS N 0 STA AT A Y A A C C E D LATER DATE, City of Fayetteville, AR RFQ 19-01, Engineering & Architectural Services Page 2 of 16 City of Fayetteville RFQ 19-01, Engineering & Architectural Services Advertisement RFQ 19-01, Engineering and Architectural Services Request for Statement of Qualifications City of Fayetteville, Arkansas The City of Fayetteville, Arkansas, is requesting statements of qualifications from firms interested in providing engineering, architectural, & land surveying services for 2019 street, drainage, bridge, water & sewer, trails, parks and other projects. To be considered, statements of qualification shall be received at the City Administration Building, City Hall, Purchasing — Room 306, 113 West Mountain, Fayetteville, Arkansas before Wednesday, January 23, 2019 prior to 2:00:00 PM, local time. No late submittals will be accepted. Submittals will not be accepted at a �er date. Forms & addendums can be downloaded from the City's webe at tt : fa etteville-ar. ov bids. All questions regarding the process should be directed to Les McGaugh at 11 120. Statements of qualification submitted shall be qualified ;�ess and icens in accordance with all applicable laws of the state and local governments where the proje d. Pursuant to Arkansas Code Annotated §22-9- e City o Fa i e encourages all qualified small, minority and women business enterprises to bid on d ceive contracts goods, services, and construction. Also, City of Fayetteville encourages all general c tra o to sub%4✓ ortions of their contract to qualified small, minority and women business enterprises. 10 The City of Fayetteville reserves the ri o a or all proposals and to waive irregularities therein, and all Proposers shall agree that such rejection II b without liability on the part of the City of Fayetteville for any damage or claim brought by any Proposer because of such rejections, nor shall the Proposers seek any recourse of any kind against the City of Fayetteville because of such rejections. The filing of any Proposal in response to this invitation shall constitute an agreement of the Proposer to these conditions. CITY OF FAYETTEVILLE, ARKANSAS By: Les McGaugh Title: Purchasing Agent Ad date: 01/02/19 & 01/09/19 City of Fayetteville, AR RFQ 19-01, Engineering & Architectural Services Page 3 of 16 City of Fayetteville RFQ 19-01, Engineering and Architectural Services AppendixC) CO City of Fayetteville, AR RFQ 19-01, Engineering & Architectural Services Page 4 of 16 SECTION: PAGE NUMBER Cover Page 01 Advertisement 02 SECTION A: General Terms &Conditions 04 SECTION B: Vendor References 11 SECTION C: Signature Submittal 12 SECTION D: Summary Form 14 City of Fayetteville RFQ 19-01, Engineering and Architectural Services SECTION A: General Terms & Conditions 1. SUBMISSION OF A STATEMENT OF QUALIFICATION SHALL INCLUDE: a. A written narrative describing the method or manner in which the Proposer proposes to satisfy requirements of this RFQ in the most cost effective manner. The term Proposer shall be in reference to a firm or individual responding to this solicitation. The term proposal is used in this documents as equal to statement of qualification. b. A description of the Proposer's experience in providing the same or similar services as outlined in the RFQ. This description should include the names of the person(s) who will provide the services, their qualifications, and the years of experience in performing this type of work. Also, include the reference information requested in this RFQ. c. Statement should be no more than twenty five (25) pages; single sided, standard, readable, print on standard 8.5x11 papers. Proposers are also allowed to submit a three (3) page (maximum) executive summary. The following items will not count toward the page limitations: appendix, cover sheet, 3 -page executive summary, resumes (resumes shall be no more than 1 page per person), and forms provided by the City for completion. d. All Proposers shall submit one 1 paper copy of their statement of quAcation as well as one 1 electronic copy on a properly labeled CD or other electronic media device.a lectronic copy submitted should be submitted as a SINGLE FILE in format acceptable to Adobe in a save able f mat. iles contained on the CD or electronic media shall not be restricted against saving or printing. The elect copy shall be identical to the original papers submitted. Electronic copies shall not be submitte�vi a ail to City employees by the Proposer. e. Proposals will be reviewed following the stated names of Proposer's will be available after the Council. All interested parties understand p been executed and at that time only for th Proposers shall submit Purchasing Division. g. Proposals shall be enclosed Division, Room 306, 13tj. RFQ number shall be o or boxes. h. Proposals must follow the of the RFQ, if provided. shownover sheet of this document. Only the Yw n act een awarded by the Fayetteville City ijj available until after a valid contract has umentation published by the Fayetteville ickages addressed to the City of Fayetteville, Purchasing 72701. The name, address of the firm and Bid, RFP, or g as well as on any packages enclosed in shipping containers posers should structure their responses to follow the sequence I. 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. j. 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. 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- City of Fayetteville, AR RFQ 19-01, Engineering & Architectural Services Page 5 of 16 mail to the Purchasing Department. Responses to questions may be handled as an addendum if the response would provide clarification to the requirements of the proposal. All such addenda shall become part of the contract documents. The City will not be responsible for any other explanation or interpretation of the proposed RFQ made or given prior to the award of the contract. 3. RIGHTS OF CITY OF FAYETTEVILLE IN THIS PROCESS: In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the following: a. 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. b. The City of Fayetteville reserves the right to select the proposal that it believes will serve the best interest of the City. c. The City of Fayetteville reserves the right to accept or reject any or all proposals. d. The City of Fayetteville reserves the right to cancel the entire request. e. 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. f. The City of Fayetteville reserves the right to request any necessar*tlarifications, additional information, or proposal data without changing the terms of the proposal. g. The City of Fayetteville reserves the right to make selection f the roposer to perform the services required on the basis of the original proposals without negotiation. h. The City of Fayetteville intends on utilizing the and land surveying projects. Projects belie Department/Division head in accordance with exceed $20,000 shall be voted on by the 'JIM sals fora plicable 2019 engineering, architectural, e under ,0 by the City will be selected by the inted soeion is in this RFQ. Projects expected to mitt#f a lated contract exceeding $20,000 shall require formal authorization by the Faye CRy Coun 4. EVALUATION CRITERIA: The evaluation criterion define responsive, responsible and qua committee to thoroughly e selection committee. The c this RFQ. Proposers are not 9161 S. COSTS INCURRED BY PROPOSERS: All expenses involved with that will be use by the selection committee to evaluate and score Is. �o shall include sufficient information to allow the selection prop sats. h proposal submitted shall be evaluated and ranked by a r�d`p the most qualified Proposer, per the evaluation criteria listed in 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: a. The Proposer represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance or services required hereunder, as provided in City of Fayetteville Code Section 34.26 titled "Limited Authority of City Employee to Provide Services to the City'. b. The Proposer shall promptly notify Les McGaugh, City 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 City of Fayetteville, AR RFQ 19-01, Engineering & Architectural Services Page 6 of 16 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. 8. WITHDRAWAL OF PROPOSAL: A proposal may be withdrawn at any time. 9. LATE PROPOSAL OR MODIFICATIONS: a. 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 bids. Proposers should call the Purchasing Division at (479) 575-8220 to insure receipt of their submittal documents prior to opening time and date listed. b. The time set for the deadline shall be local time for Fayetteville, AR on the date listed. All proposals shall be received in the Purchasing Division BEFORE the deadline stated. The official clock to determine local time shall be the atomic clock located in the Purchasing Division, Room 306 of City Hall, 113 W. Mountain, Fayetteville, AR. 10. LOCAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS: a. The laws of the State of Arkansas apply to any purchase made under th' request for statements of qualification. Proposers shall comply with all local, state, and federal direct' , ord1s and laws as applicable to this proposal and subsequent contract(s) including but not limited to E al E loyment Opportunity (EEO), Disadvantaged Business Enterprises (DBE), & OSHA as applicable to this con ct. b. Pursuant to Arkansas Code Annotated §22-9-203 The Ci of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and r cts for ods, services, and construction. Also, City of Fayetteville encourages all general contract contrac orti s of their contract to qualified small, minority and women business enterprises. 11. COLLUSION: The Proposer, by affixing his or her signatu i prop o , a s the following: "Proposer certifies that his proposal is made without previous un g, agreeme r connection with any person, firm or corporation making a proposal for the same ite s n r services d is i II respects fair, without outside control, collusion, fraud, or otherwise illegal action." ` 12. RIGHT TO AUDIT FOIA AND ON: a. The City of Fayetteville r rves the Ar'v�ge uditing a vendor's records as such records relate to purchases between the City and said vendor �\► b. Freedom of Information Act: Cit ontr is and documents prepared while performing City contractual work are subject to the Arkansas Freedom o ormation Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the (Contractor) will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. c. Legal jurisdiction to resolve any disputes shall be Arkansas with Arkansas law applying to the case. 13. CITY INDEMNIFICATION: 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 & CONDITIO City of Fayetteville, AR RFQ 19-01, Engineering & Architectural Services Page 7 of 16 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. 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: 0 18. The City reserves the right to cancel this contract withouQausey giving thirty (30) days prior notice to the Contractor in writing of the intention to cancel or with causetime the Contractor fails to fulfill or abide by any of the terms or conditions specified. Failure of the contractor to comply with any Hi r isions o ontract shall be considered a material breach of contract and shall be cause for imm is t�minatign f the tract at the discretion of the City of Fayetteville. A In addition to all other legal remedies obtain from another source, any iterr written consent of the City. If a 0 such intent in the proposal submi !ville, the City reserves the right to cancel and not been delivered within the period of time for a new fiscal period, the City shall notify the vendor of ast day of the current fiscal period without penalty or . No assignment of subcontracting shall be allowed without prior intends to subcontract a portion of this work, the Proposer shall disclose s a result of this RFQ. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the City within thirty (30) calendar days of Contractor's notice of such action or upon the occurrence of said action, whichever occurs first. The right to terminate this contract, which shall not be unreasonably exercised by the City, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of interest or are contrary to any local, state, or federal laws. Action by the City awarding a proposal to a firm that has disclosed its intent to assign or subcontract in its response to the RFQ, without exception shall constitute approval for purpose of this Agreement. 19. NON-EXCLUSIVE CONTRACT: Award of this RFQ shall impose no obligation on the City to utilize the vendor for all work of this type, which may develop during the contract period. This is not an exclusive contract. The City specifically reserves the right to concurrently contract with other companies for similar work if it deems such an action to be in the City's best interest. In the case of multiple -phase contracts, this provision shall apply separately to each item. City of Fayetteville, AR RFQ 19-01, Engineering & Architectural Services Page 8 of 16 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. 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 member , City f Fayetteville employees, or elected officials regarding request for proposals, request for qualifications, bids co acts, during the pendency of bid protest, by the bidder/proposer/protestor or any member of the b' der's oposer's/protector's staff, and agent of the bidder/proposer/protestor, or any person employed b*a I entity affiliated with or representing an organization that is responding to the request for proposal, reque u ification, contract, or has a pending bid protest is strictly prohibited either upon advertisement or esta lis ed b e City of Fayetteville and shall be prohibited until either an award is final or the pr ally re e City of Fayetteville; provided, however, nothing herein shall prohibit a prospective/ de roposer f ontacting the Purchasing Division to address situations such as clarification and/or que o ted to e o ment process. For purposes of this provision lobbying activities or communication s i but not to, influencing or attempting to influence action or non -action in connection with any qu t for proposal, re st for qualification, bid or contract through direct or indirect oral or written communi an attp btain goodwill of persons and/or entities specified in this provision. Such actions ma us eq est for o request for qualification, bid or contract to be rejected. 24. DEBARRED ENTITIES: By submitting a statement o qualifi n e r ates submitting entity is not a debarred contractor with the federal, any state, or local governme 25. OTHER GENERAL CONDITIONS: a. 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. b. The City reserves the right to request any additional information it deems necessary from any or all Proposers after the submission deadline. c. 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. City of Fayetteville, AR RFQ 19-01, Engineering & Architectural Services Page 9 of 16 d. 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. e. Any uncertainties shall be brought to the attention to Les McGaugh immediately via telephone (479.575.8220) or e- mail (Imcgaugh@fayetteville-ar.gov). It is the intent and goal of the City of Fayetteville Purchasing Division to provide documents providing a clear and accurate understanding of the scope of work to be completed and/or goods to be provided. We encourage all interested parties to ask questions to enable all Proposers to be on equal terms. f. Any inquiries or requests for explanation in regard to the City's requirements should be made promptly to Les McGaugh, City of Fayetteville, Purchasing Agent via e-mail (Imcgaugh@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. g. At the discretion of the City, one or more firms may be asked for more detailed information before final ranking of the firms,which may also include oral interviews. h. Any information provided herein is intended to assist the Proposer ince preparation of proposals necessary to properly respond to this RFQ.The RFQ is designed to provid lified Proposers with sufficient basic information to submit proposals meeting minimum specifications and test equirements, 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 actionooring against it under, arising out of or in any manner relating to this Contract shall be controlled by Ar'. •s la Propo - -by expressly and irrevocably waives any claim or defense in any said action or proceedin: Ilife• any al et, .d lac. • jurisdiction or improper venue or any similar basis. j. The successful Proposer shall not assign le or any - o is Contract or any monies due or to become due hereunder without written consent of o Fayettevi . • - e successful Proposer assigns all or any part of any monies due or to become due •. Contract,th• • strument of assignment shall contain a clause substan- tially to the effect that is agre-• .M1)- right oft assign-e in and to any monies due or to become due to the successful Proposer shall be 't t. •rior I1iks persons, firms, and corporations for services rendered or materials supplied for t .nce of the s vice lied for in this contract. k. The successful Proposer' ttention isoto the fact that all applicable Federal and State laws, municipal ordinances, and the rules nd re o o I thorities having jurisdiction over the services shall apply to the contract throughout, and they w be d d to be included in the contract as though written out in full herein. The successful Proposer shall ke i elf/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. 26. INSURANCE: a. Any project selected under this RFQ shall require professional liability insurance in the amount of $1 million US dollars, at minimum. Such Certificate of Insurance shall list the City as an additional insured and not be required unless firm is selected. City of Fayetteville,AR RFQ 19-01, Engineering&Architectural Services Page 10 of 16 27. 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. • +, 96(1\1 C044( 1111111"<<(: • $c14:0144\ 0\ City of Fayetteville,AR RFQ 19-01, Engineering&Architectural Services Page 11 of 16 City of Fayetteville RFQ 19-01, Engineering and 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: FULLTIME PART TIME NUMBER OF EMPLOYEES PLANNED FOR THIS CONTRACT: FULL TIME PART TIME PLEASE LIST FOUR(4) REFERENCES THAT YOU HAVE PREVIOUSLY PERFORMED CONTRACT SERVICES FOR WITHIN THE PAST FIVE(5) YEARS(All fields must be completed): 1. 2. COMPANY NAME COMPANY NAME CITY,STATE,ZIP CI STAT IP CONTACT PERSON SIAGAIpTACT PERSON TELEPHONE TELE' •NE W FAX NUMBER . •ER E-MAIL ADDRESS ` COOJI E-MAIL ADDRESS ISr1911( 4A 3. • 4. COMPANY NAME COMPANY NAME CITY,STATE,ZIP CITY,STATE,ZIP CONTACT PERSON CONTACT PERSON TELEPHONE TELEPHONE FAX NUMBER FAX NUMBER E-MAIL ADDRESS E-MAIL ADDRESS City of Fayetteville,AR RFQ 19-01,Engineering&Architectural Services Page 12 of 16 City of Fayetteville RFQ 19-01, Engineering and Architectural Services SECTION C: 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): CI I certify that; as an officer of this organization, or per the®tttter of authorization, am duly authorized to certify the information provided herein are accurate and true; . : rganizati comply with all State and Federal Equal Opportunity and Non-Discrimination requireme 4116•s nditio► , ent. 2.Additional InformationK\ At the discretion of the City, one or more fir w. be aske. 411P- - •-tailed information before final ranking of the firms, which may also include oral inter 'ail • E: Each Prop. shall submit to the City a primary contact name,e- mail address,and phone number(pr ell phone ber) here the City selection committee can call for clarification or interview via teleph IS?IiiiiiiiP ILciki4IIIIII:\ Name of Firm: • Name of Primary Contact: 0 Title of Primary Contact: Phone#1 (cell preferred): Phone#2: E-Mail Address: 3. Please 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 RFQ 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 vendor to disqualification. City of Fayetteville,AR RFQ 19-01, Engineering&Architectural Services Page 13 of 16 ADDENDUM NO. SIGNATURE AND PRINTED NAME DATE ACKNOWLEDGED 4. 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. 5. 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 Fayette ' Purcesing Division. NAME: COMPANY: PHYSICAL ADDRESS: MAILING ADDRESS: <((11:). PHONE: FAX: ((liiiiir E-MAIL: Signed by : ISZ1111111111' • 4484\ SIGNATURE: C) PRINTED NAME : TITLE: DATE: City of Fayetteville,AR RFQ 19-01, Engineering&Architectural Services Page 14 of 16 City of Fayetteville RFQ 19-01, Engineering and Architectural Services SECTION E: 2019 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 Parks: Strategic Planning Architecture Parks: Campground Planning Bridges Parks: Land Dedication Fees Consultant Civil/Structural Design arks: Aquatics Consultant Construction Management Storm Water Management Drainage Design, Analysis, & Planning Street Intersection Improvements/Design Electrical Structural Design Environmental Analysis, Remediation, & Permitting . tura) Design: Emph in Fire Stations Environmental Water Services ructural Design: Emph in Police Stations Floodplain Services Surveying GIS Mapping Sustainability Design Geotechnical Engineeri Testing Services:Soil/Materials Hydraulics Traffic Studies HydrologyValue Engineering •Interior Design Wastewater Design Landscape Architecture Wastewater Management Master Planning: City/Govern ent Wastewater Modeling Master Planning: Parks Wastewater Rate Studies Master Planning: Streets Wastewater SSES Master Planning: Wastewater Water Rate Studies Master Planning:Water Water Design Mechanical Water Management Natural Resource Planning Water Modeling: Parking Decks Water Quality Monitoring Parking Decks with mixed use Wetlands City of Fayetteville,AR RFQ 19-01, Engineering&Architectural Services Page 15 of 16 Other: Other: Other: Other: 2.) PLEASE FILL OUT THE SECTION BELOW AND SUBMIT THIS FORM WITH YOUR STATEMENT OF QUALIFICATIONS: a) I, 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; Name of Firm Printed Name Signature Title • +, Date 40\6\ 00. 0Q. \-444,0\c° City of Fayetteville,AR RFQ 19-01, Engineering&Architectural Services Page 16 of 16 Appendix D 2397 North Green Acres Road Miller 0 Fayetteville, ay 4791 772703 443 AR 21 audy@mbl-arch.com Boskus www.mbl-arch.com Lack ARCHITECTS, P.A. Submission of Qualifications RFQ 19-01 , Engineering and Architectural Services January 23, 2019 Prepared for: CITY OF FAYETTEVILLE ppr ARKANSAS Miller Boskus Lack Miller Boskus Lack Architects, P.A. January 23, 2019 Les McGaugh Purchasing Agent City of Fayetteville 113 W. Mountain, Room 306 Fayetteville,Arkansas 72701 RFQ 19-01 Engineering and Architectural Services Dear Mr. McGaugh: We are very pleased to submit our statement of qualifications for upcoming projects at the City of Fayetteville. We believe our diversity of experience makes us an outstanding candidate for any upcoming projects requiring Architectural Design. As you will see in the following material, we have a great deal of expertise in office buildings and recreation facilities, as well as urban master planning. We would love to see the City of Fayetteville achieve a first-class aquatic center like the ones we designed for the City of Clarksville and the City of Ozark. I would be happy to arrange a tour of those facilities if it is beneficial at some time. From experience, we know the most successful projects happen when the entire project team works closely together to deeply understand, clearly define, and fully realize the needs, goals, and values of the client and all of their stakeholders. We are dedicated to fostering that kind of project-first approach with the City. We will commit the expertise and time your project deserves to realize its full potential, including principal-level involvement through all phases of any project. We will promote communication and collaboration among our project team and each of the City's representatives. We are confident our project experience, approach, and familiarity with the City of Fayetteville makes our team an exceptional candidate. We value the relationships we have with the City and look forward to continuing to work together to achieve terrific results. Respectfully, Audy G. Lack, AIA, LEEDTM AP- Principal MILLER BOSKUS LACK ARCHITECTS, P.A. 2397 N. GREEN ACRES ROAD, FAYETTEVILLE,AR 72703 479.443.7121 AUDY@MBL-ARCH.COM r Executive Summar 1#40,- ;;Iii mac- construction cost ,,,,,,,,,,.„,,,,.. . ..„..,,. ,...., ,... percentagef ees For architectural, structural, mechanical, electrical, and plumbing engineering fees, a range of 6 - 7 bentonville central headquarters to, . r......, ' ... ' 1,',,.:',., I i: .4:,.t.-:.-; OR,vvr_:... , ,,,.. , 4 ¢ 6 =' • ' +t r 1. ......J...— 4 ,.,. ,, , e _ i A.....,,.........--t • ..,, ,,, 1 f—; , 11111111'^ ' mIli , .4,-,7‘,1 . ta,111,:1,11\ :1Y 10 ]' pi , Sp s i f _ ,x _ 5. ift? 4N,,,4*,‘ & Y _ 1".. '.,5;01111,..:.'''''''4 - "'"' ''' „:..k,, , ,:4),, ,...114, ...00P-- ____.____.____________________ 40%, ,......, ______ _______ , ,_ _ ,, [:,7::,* , .,.. s a _ ,__ .i..,.::„.. fayetteville station no. 3 +S' �` ' ,yew a .+ �' .z. "�t.&$ � S" ,l 9 ,� ,cv i �, S 'fid x r i : j M`'t' ice " e1, 9 t fnr iF £ ' 4; �p - ^'°"°""°'-° Lam •. 3 1 js, _. ..,. ..1 i..:,,,..... t.,, 4,,,K,:._ ,t,,,,, f ,,,,., 77.,.,, „..t _ --, .., ,,-.i.,-...,....c.,,,.. * , ,,,,,,,i....-:.1...t,4 ..,,,,,...(:-.,...' - — - wri. .,...,_ „_.,.‘,. . ; 4-, - 4' .1-- 1 december 22, 2017 fayetteville station no. 3 WIN • i I . tea•„ �, j 11114- .. ., .. ___ - r.,..z„-__•-:..---_, IIIIII iS d ,..e { 4 _i.,`' 11----- ,. pyL — 1 F v ' n i �4 E U E Pe,7 h�E H L�� i � 1'. ..�4.., r... ,_.� y • 14 f, *..r •, , , ,,,,, ..,',-;`,.57- �` ‘,0.1,_,./, jT dir '�1 j! , • • �'_ T `" " r ro d c - pt e t,a ,. . , I station-to-station benchmarking study 1 I % R Y.F. _ ..'. ..' ' k9i( , 111111111.1111117111111111111 111111111 !imam „, , 'y. december 22, 2017 fayetteville station no . 5 t_ 1 _.,,,,,,, �b II 111111111..iiimx Ii . 1 1 VISION. Fayetteville Station No. 5 is a one-story generator-supported station that is Year Built: 2007 made of masonry and brick.Modest finishes such as sheetrock,tile floors, carpeted bedrooms, and formica countertops are used on the interiors.. The bays have one fire truck, one brush truck, and one Hazmat unit. ' ' 1 x.: .,, :, /ler Parking spaces: 6 Location: Neighborhood Services: Fire, EMS, Hazmat, and wildfire Bays: 2 Bedrooms/living quarters: Low-rise cubicles Construction Type: Masonry Bathrooms: 2 private Offices: 1 Kitchen/dining: Standard residential Exercise room: Yes, with cable machines, treadmill, elliptical, stationary bike, Total Square Footage: bench, squat rack, dumbbell rack, etc. 5,500 Sf Dayroom: 1 How many personnel?3 per shift ., The drive-thru bays are great qualities of Station No. 5, but it has had issues with LEED Certified: No. water leaks in the underground plumbing. Chief Hunt believes more storage for Hazmat equipment and a larger kitchen would improve overall performance. Website: fayetteville-ar. gay 15 1/Fire-Department I station-to-station benchmarking study 3 . 5-5-54,55555555 4 hia tomple �ry n � e Ham' t I decennbei 22, 2017 fayettevi l le station no . 7 -4ter-, - , __ , , .......s.forte, . . , _mi.1I f P�T ' ata 111 SIM • ,. -,Ai is ,.e.. RP t i ` � •-‹?..e.,.•.,..5 �, « • } 1 .. ilkt _ E '"'''..\;",S,..I.,,' - ; * P‘ ' N.*** -' ,0 ., . , -„, , , .. , 7 .R., «»w 1 ^; e• ; ' f s, a x,sq 7.;,,,,---,,,,,'''74,01,- ,t, _.�''''.--,,,:;',4,--,,. 4, ...ami`' 5:.- .A a,,a wa'm __, . Fayetteville Station No. 7 is a two-story generator-supported station that is made of masonry, wood, brick and metal. Modest finishes such as Year Built: 2005 sheetrock,stained concrete,carpeted bedrooms,and formica countertops are used on the interiors.The bays have two fire trucks and one ambulance. t=f: David Dayringer Parking spaces: 5 Location: Neighborhood Services: Fire, EMS Bays: 3 Bedrooms/living quarters: Low-rise cubicles Construction Type: Masonry Bathrooms: 1 public,2 private } wood Offices: 1 downstairs Kitchen/dining: Standard commercial with walk-in pantry Exercise room:Yes,with cable machines, treadmill, elliptical, stationary bike, Total Square Footage: bench, squat rack, dumbbell rack, etc. 7,668 sf Dayroom: 1 Laundry facilities:Yes How many personnel?5 per shift Cost/sf: $186/'5( The stained concrete floors are the best quality at Station No. 7, but it has had LEED Certified: No. issues with extreme heat in the apparatus bay in the summer, which makes the dorm room difficult to cool. Chief Hunt believes making the bays drive-thru bays would improve the overall performance at this station. ie: (ayetteville-ar. gov/151/Fire-Department I station-to-station benchmarking study a4. v des" s'a p • F y� • - A .h'8? Uri• 4'� ' l�•a\ • t •o- <..,.w _ -.. .a...._ a.,,,,, + ,. ru&•.. ...mi _,ctbay.�.,_..,......��:.....o.. _ •,,«. .. • december 22, 2017 rogers station no. 2 . ,.,..,,, ....;,..„?.7.2 f: ;;T, ..„. .,„......v.4,;: 714-g, ,,,:4,:: .. � -;,..i-,..-.,1',',21;,-1,11,7•.;,:1-,.,- t rn.h; o ;.1,-,,,.I , 11 mi m m m ..„ ., :.,,..-..,.....,,,. „..,.,. 2 Zr. ,.,,,,..„. ... , ,..,..,,,,,,,..„,„:„:2.___,„,,...„..„,,,,., `,._.,... .. .. '' `:; : • r, w`" w '' %'+'� ry t— ' - ? .---Fn. 3+ :, Ili ±:r.--;::::..3: . Air* ,- ;,------r-,-,1 , ,.,A -,.,1,1,-„_,,... v.....,,....,:,.-,,..,...-4 .,,, �, c5 -,�i** e - - `tea ,,,,..;:.F-.,...- a 3 w, ii r.-7,,,,,,,,,,..,,,,, ..,,,,,,,,s._,,,,,,,„*„,,,,,,,,.,4„4„4,,,, 4,.,Ass.,...„,,, ._,..,,,,,,,.., ,„,,,:„,,,,, ,,,,,,,71,.1„,__.. 1,...i.F,,, Es, ,,,,, . ,.. _.,.., 1 1 iiiiiit4iii7,7iiiiiirgila i-4,iiiiiwiiiiiiiiiiik.11111 - i.i. --- i i‘ 'illi.- tii.ii Jilt,- i i .„4„, , h .,,. .r.,....,..t..„..."...Incr ,,,-;. ogers Fire Station No. 2 is a two-storygenerator-supported station that Year Built:'2015 is made of mason block, brick, and metal, and has concrete, LVT, car pet, and tile finishes inside. The bays house a pumper, heavy rescue, Fire Chief: Tom Jenkins reserve pumper, and ambulance. Location: Urban-rural Services: Technical rescue, water rescue, fire behavior, driver skills, search-and- - rescue, Hazmat, and EMS Bays: 3 with no storage Construction Type: M isonry Bedrooms/living quarters: Separate bedrooms Bathrooms: 1 public, 4 private Total Square Footage: offices: 2 Lobby/reception area: Yes Approx. 15,000 sf Conference room: Seats 20 people Cost/Sf: $162/sf Kitchen/dining: Yes,with two microwaves, three refrigerators, two dishwashers, a sink, and walk-in pantry Exercise room: Yes with standard equipment LEED Certified: NO. Laundry facilities: Yes Website: rogersar.gov/511/ Chief Jenkins says the station is very functional and doesn't need to improve fire-Stations overall performance. He says the bay doors, pole, location, and private bed rooms are the best qualities. I station-to-station benchmarking study awe december 22, 2017 springdale station 2 :. :. . ,. toorig„,,i _e . .... . . ..it, �' e � 4 > _R . - Springdale Station No. 2 is near Tyson's corporate headquarters and sits on seven acres. Outside,there's a patio area for gas grills and smokers. Year Built: 2014 The gathering space is covered and has ceiling fans. Station Nos.2 and 3 were built identically,but Station No.2 is the technical rescue station. It houses an ambulance and fire engine as well as a technical rescue truck. Location: Urban-rural Parking spaces: 16 for personnel, 4 public parking areas Construction Type: Masonry. Services: Technical rescue yp Y Bays:3 with storage room WOOd 1- steel Bedrooms/living quarters: 8 separate with lockers Bathrooms: 8 bathrooms with showers and 1 public Offices: 2 Total Square Footage: Lobby/reception area:Yes 9,744 sf Training room: Seats 8 people and doubles as dining Kitchen/dining: Yes, with 4 refrigerators, a commercial stove and oven, ¢., -.,p dishwasher, sink, plumbed coffee maker and ice maker, 3 walk-in pantries COSt/S 328,/sf Exercise room:Yes with treadmill,elliptical,free weights, Smith machine,pull-up machine, rowing machine Laundry facilities:Yes,gear laundry across from apparatus bay, normal laundry LEED Certified: No. in living quarters How many personnel?5-6 people per shift, but the station can house up to 8 Website: springdalear. "The new stations for the most part have been designed to make response times goy/652/stations better with design... The overall improvement to a more commercial application has made these stations seem more durable.Time will tell. " -Chief Irwin I station-to-station benchmarking study springdale station 2 .`g w gyp. Photos: Miller Boskus Lack Architects december 22, 2017 springdale station 2 3* I 1 6,4***6644,..a. r _ Photos: Miller Boskus Lack Architects I station-to-station benchmarking study 3" 4 l n t _ sa6 3 'i:iiiM4,Iii::PAI.514:011i*R14411140y!:49...111;;Sd.AFAgiciiiei:0915NERiniffROVAttit,i.tiegiaitkt.t.EnprelitMOONOWit0 :'''... 3 w a, ow A`aY,,r , n rm._ m mux x n w..... ..:.. .x. M; ° ' ,Tim d an, zee _ lie } .r •,E. mow. x - ft, ♦, r d£gr 1 tb¢¢ .. • r. •i�xms' Yr i:.�a, Ax-��tb `L$,., 1 december 22, 2017 1 1 springdale station no . 3 1 . t. 1 , , ,,.. £ x ,,, , .f„:;;„-,' ,--i-,,' ,-,4-- ,,,, _ __,:,,,. ..,,,,,,,.. .„....,..0*-4.77::,,,, i„.„;:::,:„::7':\41,,A.,,„. „,--,,.-1,';'''''-41---,,--,,,,--„ ii. '''''' - , p x % .. f !_ . r. ..` ,pf ^+w' - L � +a. i •-id a '=`"g A} I I�`: H o, e �- it `" a .,� pringdale Station No. 3 is just off of Business 71 highway and sits on about three acres.Outside,there's a patio area for gas grills and smokers. Year Built: 2015 The gathering space is covered and has ceiling fans. Fire Chief: Mike Irwin Station Nos.2 and 3 were built identically,but Station No.3 is the Haz mat station. It houses an ambulance and fire engine as well as a Haz is truck. Location: Commerciale: Parking spaces: 16 for personnel, 4 public parking areas Services: Haz mat Construction T Masonr Bays: 3 with storage room yp Y Bedrooms/living quarters: 8 separate with lockers wood steel Bathrooms: 8 bathrooms with showers and 1 public Offices: 2 Lobby/reception area:Yes Total Square Footage: Training room: Seats 8 people and doubles as dining 9„744 Sf Kitchen/dining: Yes, with 4 refrigerators, a commercial stove and oven, dishwasher, sink, plumbed coffee maker and ice maker, 3 walk in pantries Exercise room:Yes with treadmill,elliptical,free weights,Smith machine, pull-up COSI/Sf: $ 07Jsf machine, rowing machine Laundry facilities:Yes, gear laundry across from apparatus bay, normal laundry in living quarters LEED Certified: NO. How many personnel?5-6 people per shift, but the station can house up to 8 The safe room doubles as the communication room, and there is an air fill station Website: spring "dt, in the bay, but not for fuel. govj652/stations "The new stations for the most part have been designed to make response times better with design... The overall improvement to a more commercial application has made these stations seem more durable.Time will tell. ” Chief Irwin I station-to-station benchmarking study 1 december 22, 2017 central arkansas III , „„, ‘ , ., ) - ,T #e 5,-......„,,.. ., ,, lor... it .ti4 A V.- , 4 ff. ..1 c ,.)'' :P"'"'1 i a,r N ... 641 k.14 y 1 Oce 3a ` $ ,.' 1 44' < y: at 44 3 'a � 41 d.� ax' ` # C e i e } — 4 .. ESR �.. . € e� a . i .1 tk ..):, *lot 1.-- . 7 - r - . ir Y` k It11111,4111111111P4i- i•-,, ,—,,,, - - i - ITLE ROCK7m. i. , i gg I station-to-station benchmarking study - • - `.',41411W-W°3.:f•.4k.,'4 44- , alkik'::772aliA5MiliE !..Airi.:i4.1.gV, .';',1?;r44;:,4•T r:F'Pliy:rM%4,41Xial444,04.4;4100,A ?7,441i5:!lik:A'li:gitAlet.1141,Ilf.;,54:,T,,cirliI., .• 'Or "' • ,..;!$ing; •,9::t0i0-'1'.4 •. - „ , . - ' december 22, 2017 conway station no . 5 ___., _.,.... _____ ______ __...._ _____, 4 ______ _____ _____ R ....., ...:, s*- _______ .,,,: ,,, ._,„ ,,,, , . , iiimail -c r qq onway Fire Station 5 is a one-story station with technical rescue,water rescue, fire behavior,driver skills,search-and-rescue, hazmat,and EMS services. Although the building has drive-thru bays,there isn't a specific storage bay. Year Built: 1997 The garage bays house the engine and truck,and Battalion vehicle,as well as bunker dryer racks and storage hose racks.The washer and extractor for decontami- Fire Chief: Mike Winter nation have their own room in the bay,which also contains a Plymovent system,which extracts and filters polluted indoor air, so turnouts are also stored in the bay. Location: Neighborhood Parking Spaces: 15-20 Services: Technical rescue,water rescue,fire behavior,search-and-rescue,driver skills, Construction Type: Metal + Hazmat, EMS masonry Bedrooms: Battalion Chief's room is separate from the firefighters'rooms Bathrooms: 1 public, 1 private for battalion chief,3 separate showers for firefighters Kitchen/dining:Standard with walk-in pantry Total Square Footage: 12,000 sf Dayroom: 1 Office: 1 Laundry facilities:Yes Total Const. Cost: n/a Locker room: Yes How many personnel?6 + residing officer per shift LEED Certified: No. Although the station hasn't experienced any specific problems,the staff believes the Website: conwayfd.cor: firehouse could improve their overall performance by having more storage available. I station-to-station benchmarking study _.__ _. x :•..... .r, #v ak .3G�__ 3 .'4.,, dy Y c yp » s n \ > �4 aha a yz t. „ate 3 TTL ROCK 4 a,„,4 gIRE DEPT. 3 , F F y `E f •.`R'axa' yF.d a. a F � E, a a a e �y f pts december 22, 2017 little rock station no . 23 , . Aiiiiisso 1 1 „.. ,,, , A . .,. 1 ,, ,., „ ,..., „ -, ,.., „ ,,.... ,.1 ,74„„ , ,4i.„..,,--,_;‘...,., .....„,, ., ,, -. --- '4 (40) , „ , rr !h y __-. - - • ' it. .9 a• rte- : tip •',.,,,,,-.-4` ,‘"-F”' * ��''''''''4'7":7'''''''' ''' '. _ ittle Rock Fire Station No.23 was not only the first LEED-certified sta- L tion in Arkansas, but it was also an environmental project that repaired Year Built: 2012 a natural water feature that extended past the 2.65 acre site. Services: In the fire operations division: fire protection, urban search-and-res- cue, extractions from accidents, hazardous materials response,water tanker, Location: Neighborhood FBI-certified bomb squad, EMT certification/basic life support Bays: 1 apparatus bay with two doors for two trucks or several smaller vehicles Construction Type: Metal + Bedrooms/living quarters:Yes, sleeping quarters 2 beds and 1 bath to a C MU suite,with storage compartments for all shifts Bathrooms: 1 private bathroom per suite; 24 hour public bathrooms Total Square Footage: Lobby/reception area:Yes,with public bathrooms-open 24 hours Kitchen:Yes, finished with stainless steel, residential set-up 8,291 sf Exercise room:Yes, standard gym Dayroom:Yes, "comfortable living space to the firefighters,who see this fire Cost/Sf: S274/s : II station as a second home." �. Foundation:Cast-in-place, slab-on-grade LEED Certified: Yes. Exterior walls: CMU, brick, siding, storefront Roof: Metal membrane Website: littlerock.gov/ Floors: Concrete city-administration/city-depart Interior wars: CMU,wood-stud drywall mento/fire-department/ How many personnel?3 shifts I station-to-station benchmarking study little rock station no. 23 IMIttatiCi Gam 7 ' - ' " '''-- A.,=.'',. :4:110L, :4! --4'..`,:k :',4 .. \',..kft' �r r 1 kS J F a ,.., ''•' ..q -•r 1(3w A MYonMuc _ r\ 1 • R, ..J b Petla:Vse7OSfON anu1MMtnnry�,3„ :..,.' tY 4 v <"(� 1 ; ., Y0:` 2 mat loom? pMM*4!M aetln►J °"""°O""` J 3'RANUNG ROAD 1 wwJ AA c '€ "frigr'-*Tr:'- s:'" eq �r., a3� x 14)1* ct s : '� - TILE ROCK iiTT 4 %K 1.7: f 4I ` dir; ,, ifs- tiara ` d ; r •wR7. E illrt® �."... _... -.— iii S �, � 1. � ., om." 1� Ili; 4 maimmi t_ —, [A 'N%• I december 22, 2017 1 little rock station no. 23 r1 A 1 „. . .. .._, .,..... , 1 , .„ , , .„,„ . A . ,,, ,, .. ,, ______. ,,,,,, ____ ___ _. _____ ......„____„_ ,„ ,. _ , 4 . D _ ,,,,,,, ,, f,,i;',. .4, { _" Y { 1 a station-to-station benchmarking study 1 december 22, 2017 northeast arkansas ,,, t , ,1;t1,1.--ii , . ,, I. jj i ,� 1 1:i. i111„ , .1,444, w, . ,,,1 i ,ir.o rlsol, ta -0. ' !� rII ... ti ._ .. __ �, i q l ::1':' 9 fit': .. i ,` r ^. ( -iia.°' a' 4 spy, '.'. i " ,,,,,,,,....: ,...„_,,,, iiii. s^ N i5 � av r. I station-to-station benchmarking study I a � f i fl . 9 Fo i s t �, t SS I ( € P ' 3 t 1 y i`a" "b'�q9.:. „t y.✓ k art .., . ,r.. '. `� a s+ i december 22, 2017 deli fire station _ .. ..,. .. ;:_, , ,,„,,,,,,,,,,,..‘,,,„:,,),:,,,,:,,,,,,,v,,,, ,,,1',%';`•04; Aln,l' ' .ate„ _ ,,_ ,..m.,„ *,t"`x a�', �.i ,, s � ty "" -°=:— '-re,,,,,,,,,,o,,, : , ; , , „, , ,,_, ,,,,,,,,,„,,,,,,,,,,,,,,, , _ ,-- , , ---, _1,-; ,,,,.,,,,„,,,,,,,,,.. , , -, - ; - . . - , ; -• -; , ' -., „,,,,,,,-,,,,,,,fr., ; , : , , - ', - ;,,, .„, .....,„ ,„;,,,, :„.„,, , , , . , , , 1 i ; , .1. , „, ,,, , , , , , , i , , , , , 1 , ; .., , ,,...,. ., .1 3 . ., _. _ , . _ -,— „.' , ,.. _ ., , , &y�rva, 0 ' 01 .,.. . .. . ; ,- ,-----; ---- Tai . . ' ' ' . _ . , 1 .., ,..,,., , , ,„„ „ , -, ; . , , _ ,,,, „,, The Town of Dell, Arkansas (pop. 204 as of 2016) secured a grant to build a new four-bay fire station for the town and the surrounding communities Year Built: 2013 within Mississippi County in Northeast Arkansas. Fire Chief: Chharle B c.l r m, _ Parking spaces: 11 Bays: 4 Location: Neirghborhood Bedrooms: 0-volunteer-only station Bathrooms: 1 women's, 1 men's with a shower, toilet and sink in each Offices: 1 office Construction Type: Metal Training room: 1 masonry Kitchen/dining:Yes, residential set-up: refrigerator, microwave, stovetop oven, sink, dishwasher, coffeemaker + breakfast bar Total Square Footage: Exercise room:Yes, 2 ellipticals, lifting weights Laundry facilities:Yes 5,586 Sf Surrounded by acres of cotton fields,the volunteer only station's shape references Cost/sf: $130 s f the cotton modules found along the local highways during harvest time: long and low with a covering over top. LEED Certified: No. Website: tovvnofdeli. ” m/ fire department I station-to-station benchmarking study dell fire station ISPUI "g111;'CI s q 1 I __ --5 _ t' • 3 ase, . . Y. g • s � ,111.01. ,,,„:,,,,, l t _ jj ,' .,t, , E® 4'mimf -Ma -iii,, - , ,37,x.: !nl %.. "3 ` ,S' ,:r„,',17,.:'',..,..,,,,._. i �3 t v ...«.tea,w._...fin' 7'.'lee' S. .n... :, m s; '-' dAtaa� ,_ ,... �9 -.ft,,,,, Yr ' ?e . 1 december 22, 2017 dell fire station ow' . .. . , , .,__ .,-,,,,,,,, , ' - - , -, ,,,.., -. ,. -...,:,.,•744:***•,Iiiii;y:?11-•iii-vo";'*•::.''•:-......."..'1!''''''Y,`''''.1:'-'1':':','''..•'.,:,,1-•.,..<',...',E''';‘!...,41''.ii:'.::,‘,,,IA'1.'•s....°,.:''''k'l;•.'sl:!.... , t,r7'''',::j•A „ -•' 164 : 1 ' • "'''''''' ' .., 4:. , Tr---''' '--i..! , .„ --*-- 1 1 'ft--t ,.„ ,...,, , :-..!.-...., ',--'''.:- r., - . , -.. . : ,- -...7.' *i* .." ,. . ., ,,,ff U .44001e4 -......... '44... .41100.- 10110.0.. ' - .2 . , . . , . ..... • , _ — .... „.. pit! t1'' . ... 00°' - ---. .-..... ..... .„,..... ... ,.. ..... , ,, .,..," I station-to-station benchmarking study I december 22, 2017 west arkansas ,beN4 seif tiff*Itit M1101041011 Mein M,44�' Sr �dy �f5�ffi =,vP��aRiEm+'S .,t*-«.n."�Rw�^*�r,wf. .s_ <• ,�..♦♦♦ 'SRP +' 4-51 kr4 .44,1t sigktr ow NIY• rver. 43 Ac..:{ I R" S station-to-station benchmarking study .. ,. .ace.. . decem•er 22, 2017 fort smith station no. 11 0 . 0 • : , et , 4 . , . 4...._ . .,, . , . s ,► a E rJir MN ,�.. z 1 1 hi :;;""1 11 3 413 I n, f w rT' Rel 8 T$ , I w y� Photos: Stewart Cooper Newell Architects Fort Smith Station No. 11 sits on 2.66 acres that includes a covered area with an outdoor grill for social gatherings. It is one-story with a mezzanine. The exterior finishes use brick and stone with wood accents. The interior Year Built: 2014 finishes include LVT, polished concrete, carpet for the floors, painted walls, and stainless steel finishes. Fire Chief: PHI Christensen Parking Spaces: 26 with 2 handicap Services: Technical rescue, water rescue, fire behavior, search-and-rescue, and Location: Neighborhood EMR Bays: 3 + storage bay for reserve apparatus Construction Type: Metall Bedrooms/living quarters: 8 bedrooms masonry Bathrooms: 1 public, 4 private with private showers Offices: 1 downstairs Kitchen/dining: Yes, 2 fridges, 1 microwave, dual oven, 8-burner stovetop, ice Total Square Footage: machine, dishwasher 12,540 Sf Exercise room:Yes, with treadmill, stair-stepper, free weights Training opportunities: Confined space rescue, ladder work, bailing exercises, rappeling, and breaching Total Const. Cost: S2.9 million Training room: Seats 20, used for Citizens' Fire Academy Laundry facilities:Yes LEED Certified: Yes. How many personnel? 6 per shift, 18 total There is some room for improvement.Chief Christensen says the layout of kitchen, Website: fortsmithar.gov/ dining area, and TV/community rooms is too small for six personnel per shift. index.php/departments/ fire-department I station-to-station benchmarking study . fort smith station no. 11 i r. l't m \A"`\�Rn ti,ar 2, `nx d'10 i,..,...: , Y 4 $z �r 1 c' to - F, I. sw 4 1 M , aye. ..+w66 .w. wr£` =',:-." �' �R'' `k . P� j £ .R LAa 5 yS q � f aS 8 Lig 9 sj':.b*?; ry K december 22, 2017 fort smith station no. 11 IIt 's i '4., . i ,- , , #'a8 61 ., b moi, s <♦ I :. - ": "x:.. 1 1 • , t tea x• .ice ;R station-to-station benchmarking study 1 december 22, 2017 1 missouri 1.„,,,,,_ ,,,, -..- -.---.\ ,.. _ , .. , .. . ' + € ae.. .,,,,, ..,11-r ..t .n,, 1z k rr ?1 --- o ,Ivo, # msana asmraa ew'4°- �' y * **'° ' ' +w ;,bt'b . �' i e" a� -� ` :Irt p II .' ,' $�s " i r +� ' " - mmarxea•�e. dg 9 � 9*"¢... € ,.=,,,,,,.„ i :.,3 a 9 ii .s a3 w 40011 a I^� QEMtlaglifillifi II .w a ,!l eEg • r • : ' xa _ ,t 1Y JI j <� .j ... • station-to-station benchmarking study � sit end tt * * �� : S F •ecem.er , joplin station no . 4 ,,,, ,,, ,, ,. . , , SII„ _ , , .,.. . _ .. f ,, � + yin. ,, Z P 9 ,.,. ,_, , .. g ..,. ....,,...,,.„. ' x 5�T ,, g Y' ' hrzF k3 a i ffi , , y,rasIayA #y� . 1, „te e Photo: Sapp Design Architects oplin Station No. 4 is a two-story station that houses fire suppression, EMS, and all types of rescue services, but not a rescue truck. In the two full drive-thru bays,there is one engine, one tanker, and one brush truck. Year Built: 2014 Parking spaces: 8 Fire Chief: Jarn.es FurCgurso l Services: Fire suppression, EMS, and "all types of rescue services" Bays: 2 Bedrooms/living quarters: 5 upstairs Location: Neighborhood Bathrooms:3 public upstairs, 1 private downstairs Offices: 1 downstairs, 1 upstairs as captain's bedroom and office area Construction Type: CAU wifrhnn/,linin..• Qfnnr'l.rr4 rooirJon+inl s.•i+h 0 r.er.nrn+e.4,-..-.,-11,-,,L,,,,,