Loading...
Item 8CAGENDA ITEM # 8C FEBRUARY 23, 2009 STAFF REPORT City of Atlantic Beach Commission Meeting AGENDA ITEM: Police Building DATE:' February ~~9, 2~~0~0--9 SUBMITTED BY: David E. q`Aompson, Asst. City Manager BACKGROUND: During 2009 Strategic Planning, the City Commission recognized the inadequacies and problems associated with the present public safety building, and the need to move forward with the planning, on a limited basis, for a new building. To that end, this staff report is intended to provide recommendations to select an architecturaUengineering firm, and to enter into an agreement for such a firm to provide a Spatial Needs Assessment, Master Plan, Project Development Costs, and at least three (3) Conceptual Renderings on the proposed site located at 800 Seminole Road. Additionally, the firm will provide an estimated development cost, identifying the difference in costs that would be incurred if the building was erected at a different site where the building would be a stand-alone structure. I. Selection of Architectural/Engineering Firm In October 2008, Request for Proposal (RFP-09-01) was advertised soliciting qualifications from qualified Architectural and Engineering firms for this project (see attachment A). The RFP established a deadline of November 21, 2008 at 4:30 PM for submitting the required materials. A Notice for ArchitecturaUEngineering Services General Submission Instructions RFP 09-01 was established to provide a more detailed description of the project, the evaluation criteria, and the required documentation for submittals (see attachment B). At the day and time of the deadline, a total of eighteen (18) proposals had been received. On December 23, 2009, a group of City staff members including Police Chief Mike Classey, Utilities Director Donna Kaluzniak, Public Works Director Rick Carper, and Asst. City Manager David Thompson provided input and discussed the proposals. Each group member had been provided with one copy of the Notice for ArohitecturaUEngineering Services General Submission Instructions RFP 09-O1 which established the evaluation criteria, and each group member had one copy of all eighteen proposals. Each member had ranked the top three (3) proposals based in their individual evaluation and application of the criteria. A consensus was quickly reached with Architect Design Group receiving the highest ranking, followed by Cubellis and TQM. II. Authorization for Services To establish approximate costs in time for discussion during Strategic Planning, Staff met with representatives from .Architect Design Group to discuss and negotiate the costs for some limited planning and design services. Specifically, staff was seeking a detailed Spatial Analysis with at least three (3) development options, a Master Plan for the development options, the development of Project Development Costs associated with each option, a Conceptual Rendering for the most AGENDA ITEM # 8C FEBRUARY 23, 2009 viable options, and estimated development costs for construction of the building off-site where it would exist as a stand-alone structure. The reasons for selecting these specific tasks was to identify the amount of space needed for a new building, to establish the approximate costs of a new building, to determine any additional costs relative to moving away from the recommended location, and to advance the project so that it will be ready to move quickly in the event that outside funding becomes available. Additionally, the conceptual renderings will give the City Commission better ideas and provide choices relative to the aesthetic impact that a building may have in the future. This work is preliminary in nature, and it will not result in full construction design services. Architect Design Group provided a proposal (see attachment C) to provide these services for $35,000, to be completed within ninety (90) days of the authorization. BUDGET: $660,000 was budgeted in 2008-09 for design work on the Police Building. The $35,000 requested in this staff report is well below the funding available for the design work on this project. RECOMMENDATIONS: I. Staff recommends that the three top firms be established, in order: 1. Architect Design Group 2. Cubellis 3. TQM Under state law, these rankings allow staff to negotiate with the top firm for professional services. II. To approve the recommended work (in Attachment C) to be accomplished by Architect Design Group, for the proposed fee of $35,000. ATTACHMENTS: A. Request for Proposal Advertisement B. Notice for ArchitecturaVEngineering Services General Submission Instructions RFP 09-01 C. Proposal from Architect Desijgn Group REVIEWED BY CITY MANAGER: `~~ AGENDA ITEM NUMBER: AGENDA ITEM # 8C FEBRUARY 23, 2009 REQUEST FOR PROPOSAL NOTICE FOR ARCHITECTURAL/ENGINEERING SERVICES FOR A NEW PUBLIC SAFETY BUILDING RFP 09-O1 The City of Atlantic Beach, Florida is soliciting statements of qualifications from qualified Architectural and Engineering firms, to provide professional services for the preliminary and final designs, bidding assistance, and construction engineering and inspection for a new public safety building for the Atlantic Beach Police Department. Five (5) conies of the sealed nronosats must be submitted by 4.30 P M , Fridav, November 21.2008 and addressed to: David E. Thompson, Assistant City Manager City of Atlantic Beach 800 Seminole Road Atlantic Beach, FL 32233 RFP 09-01, Notice for Architectural Engineering Services For a copy of the General Submission Instructions, please visit our website at www.coab.us, and select the BIDS tab at the top of the homepage. You may also contact the Purchasing Agent, Patty Drake at pdrake(c~,coab.us, or (904) 247-58$0. Information on the preliminary study and site selection is available in digital format upon request. All requests and technical questions should be directed to David E. Thompson, Assistant City Manager, dthompson(cr~,coab.us, or (904) 247-5864. AGENDA ITEM ~ 8C FEBRUARY 23, 2009 NOTICE FOR ARCHITECTURAL /ENGINEERING SERVICES GENERAL SUBMISSION INSTRUCTIONS RFP 09-01 I. INTRODUCTION AND SCOPE OF PROJECT: The City of Atlantic Beach hereby requests and invites qualified Architectural and Engineering (A and E) firms to submit statements of qualifications to participate in a competitive process in which the City of Atlantic Beach, Florida will select an A and E firm to provide professional services for the preliminary and final designs, bidding assistance, and construction engineering & inspection for a new public safety building to house the Atlantic Beach Police Department. Five (S) copies of the proposals must be submitted by Friday, 4:30 PM, November 21, 2008 and addressed to: David E. Thompson, Assistant City Manager 800 Seminole Road Atlantic Beach, Fl 32233 RFP 09-01 Notice for Architectural Engineering Services II. BACKGROUND: The current City of Atlantic Beach Public Safety Building is more than twenty (20) years old, and it has a number of deficiencies that adversely impact the operations of the Police Department. Several years ago, an architectural firm was contracted to provide guidance relative to renovating and expanding the existing facility. The resulting plans were evaluated by a separate architectural firm that specializes in Public Safety, and the decision was made not to do the renovation, and to build a new facility. A number of potential sites for a new public safety Building were evaluated, and it has been determined that a location at 800 Seminole Road adjacent to the City HaII Complex would be the best location for a new Public Safety Building. The City Commission of Atlantic Beach has established funding for the design work for a new Public Safety Building. As a result, the City of Atlantic Beach is seeking a qualified A & E firm to provide professional services for this project. III. PREPARATION OF SUBMISSIONS: A. Firms submitting a response to this request will be referred to herein as"Respondent(s)", who are preparing a response to this request and are expected to examine this request including all relevant forms, terms, conditions, and instructions. All costs associated with preparation and submission of the proposal(s) and any other information shall be borne entirely by the Respondent(s). 1 AGENDA ITEM # 8C FEBRUARY 23, 2009 B. Submissions and modifications thereof shall be enclosed in sealed envelopes, with the required forms, addressed to the person specified in the invitation, with the name and address of the Respondent and the RFP number on the face of the envelope. Submissions received after the stated time and date will be returned to the sender unopened. C. A "black-out-period" is hereby established for the time frame between the time the request for statements of qualifications is issued and the City Commission selects the Contractor to perform the service(s) identified by this request. It is noted that attempts to contact City Commission members and City employees during certain parts of the City's procurement process is contrary to the public interest due to the potential to distort, compromise and improperly influence of the City's decision making process. Therefore, attempts to contact, fraternize, or influence personnel indicated above may result in disqualification of a responding firm. D. The City of Atlantic Beach reserves the right to declare any Respondent ineligible at any time during the process where developments arise which adversely affect the Respondent's responsibility. E. Information on the preliminary study and site selection is available in digital format upon request. F. QUESTIONS: Any Respondent who is in doubt as to the true meaning of any part of the solicitation documents, or finds a discrepancy or omission therein, may contact Assistant City Manager David E. Thompson for an interpretation or correction: David E. Thompson 800 Seminole Road Atlantic Beach, Fl 32233 (904) 247-5864 Office (904) 403-4318 Cell dthompsonla~,coab.us Only interpretation, instructions or correction(s) given, in writing, by Assistant City Manager David E. Thompson will be binding. Respondents are hereby notified that no other source is authorized to give information concerning explaining and/or interpreting a request. IV. CONSULTANT(S) REQUIREMENTS AND SELECTION PROCESS: A. Selection Process: Consultant selection shall be in accordance with this request for proposals. The evaluation process shall determine qualifications, interest, and availability of 2 AGENDA ITEM # 8C FEBRUARY 23, 2009 Respondents to provide relevant A & E services. City staff will first review all written responses, which will result in a ranked list of fully qualified respondents. After ranking is completed by staff, informal interviews and/or presentations may be conducted of selected respondents determined to be best qualified based upon the evaluation of the written responses. The determinations shall be based upon the criteria below. This is a Request for Proposals, not a bid. The City reserves the right to reject any and all proposals, waive informalities and technicalities, and make award to the firm whose proposal best serves the interest of the City, not just based on highest score/rank. Also, the City reserves the right to make such investigation as deemed necessary to determine the ability of any proposer to perform the services requested. B. Method of Ranking: During the review of written responses, each criterion below will be ranked on a scale of zero (0) through ten (10). In addition, each criterion has been assigned a percentage value that weights the criterion's significance to the project as noted below. C. Written proposaUqualifications package requirement: Respondents are to adhere to the requirements shown below. Failure to do so may result in rejection ofproposal asnon-responsive. a. Be concise and to the point. b. Provide adequate information on each criterion below. c. Provide the ranking criteria information below in the order shown d. Public Entity Crimes Statement e. Drug-Free Workplace Statement f. W-9 D. RANKING CRITERIA: a. Firm's Professional Qualifications and Project Team [30%]: List consultant team members and sub-contractor firms, including detailed resumes and professional licenses/certificates. Give brief bullets on education, training and experience (including experience in LEED certification) for project personnel. Team members listed in the proposal must be available for work on the project during the entire contract period. In the event a team member leaves the employ of the consultant during the contract period, another team member with equal or better experience and qualifications may be substituted, with the City's approval. Any experience the Respondent or any of the key individuals have with assisting municipalities in securing funding for construction of new Public Safety Facilities should be included. 3 AGENDA ITEM # 8C FEBRUARY 23, 2009 b. Past record of professional accomplishments [25%]: A list plus brief description of completed projects similar to the project under consideration. Provide reference letters and a list of other agencies, governments or companies for which similar services have been provided. Include owners' contact person, FAX number and telephone number, and type of projects completed. Note which of the Project Team members proposed for this RFP were involved in each past project and in what capacity. c. Project approach [25%]: Describe the firm's specific proposed approach to providing professional Architectural and Engineering services for the preliminary and final designs, bidding assistance, and construction engineering & inspection for a new public safety building. d. Staff Availability and Capability to Meet Deadlines [10%]: Current and projected workload for the project team, which indicates the availability of staff to complete assigned projects in a timely manner will be considered. Respondents will provide a schedule, including an estimated design and construction schedule, for completing the project showing major milestones and ability to meet the project deadlines. e. Financial Responsibility and Insurance [5%]: The form of business of the prime consultant, i.e., proprietorship, partnership, corporation; years in business; changes in ownership; bank reference; and any other information the applicant may wish to supply to verify financial responsibility. Include the most recent audit summary or sufficient evidence from an outside, professional source verifying the financial stability of the firm and current certificate of insurance. f. Proximity [5%]: Location of the consultant's home office (corporate headquarters) and location of the local office where the project(s) will be produced. 4 AGENDA ITEM # 8C FEBRUARY 23, 2009 5. INDEMNIFICATION REQUIREMENT: The City shall require the following or similar indemnification paragraphs to be made part of the contract(s) as entered into with the successful proposer(s). The City shall be held harmless against all claims for bodily injury, sickness, disease, death or personal injury or damage to property or loss of use resulting there from arising out of performance of the agreement or contract, unless such claims are a result of the City's own negligence. The City shall also be held harmless against all claims for financial loss with respect to the provision of or failure to provide professional or other services resulting in professional, malpractice, or errors or omissions liability arising out of performance of the agreement or contract, unless such claims are a result of the City's own negligence. 6. INSURANCE REQUIREMENTS: The consultant shall procure and maintain during the term of the contract, insurance of the types and in the minimum amounts stated below. Coverages Schedule Minimums A. Workers' Compensation Florida Statutory Coverage and Employer's Liability (including Appropriate Federal Acts) B. Comprehensive General Liability C. Products -Completed Operations D. Business Auto Liability (All autos -owned, hired or used) E. Professional Liability F. Ezcess or Umbrella Liability $100,000 -each accident $100,000 -each employee $500,000 -policy limit for disease $1,000,000 -bodily injury each occurrence $1,000,000 -bodily injury aggregate $1,000,000 -property damage each occurrence $1,000,000 -property damage aggregate $1,000,000 -aggregate Same as Comprehensive General Liability Same as Comprehensive General Liability Optional Insurance shall be written by an insurer holding a current certificate of authority pursuant to Chapter 624, Florida Statutes. Prior to commencing any work on the continuing contract, certificates of insurance, approved by the City, evidencing the maintenance of said insurance City of Atlantic Beach May 27, 2003 AGENDA ITEM # 8C FEBRUARY 23, 2009 shall be furnished to the City's construction project manager. The certificates shall provide that no material alteration or cancellation, including expiration and non-renewal, shall be effective until fifteen (15) days after receipt of written notice by the City. All coverages shall name the City as "additional insured." Receipt of certificates or other documents of insurance or policies or copies of policies by the City, or by any of its representatives, which indicate less coverage than required will not constitute a waiver of the successful proposer(s)' obligation to fulfill the insurance requirements herein. 7. ANTI-COLLUSION REQUIREMENT: Under no circumstances shall any prospective proposer, or any person or persons acting for or on behalf of any said prospective proposer, seek to influence or gain the support of any member of the City Commission or the City Staff favorable to the interest of any prospective proposer or seek to influence or gain the support of any member of the City Commission or City Staff against the interest of any prospective proposer. Any such activities shall result in the exclusion of the prospective proposer from consideration by the City. 8. PUBLIC ENTITY CRIMES REQUIREMENT: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid or a proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, and may not transact business with any public entity in excess of the threshold amount provided in SECTION 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. (Section 287.133(2)(a), Florida Statutes. 6 1 AGENDA ITEM # 8C Architects Design Group, inc. FEBRUARY 23, 2009 ~ toor ~vr Archi#~cts and Planners .r s . i 9 a~d<95S_ P.O. Box 1210 Winter Park, Flor3Cla 32740 ShewY address:333 North Khowte9 Avenue W1rtler Pak. Flt?riCia 32784 PhoAe (407) &I9-i 706 Fox (407) b45~+5525 e-mop: aaglitarcnesetsaest~rrgrocap.corn • www.archffiecisd~.com January 9, 2009 February 10, 2009 Revised Mr. David E. Thompson, Assistant City Manager City of Atlantic Beach $00 Seminole Road Atlantic Beach, Florida, 32233 Ile: Atlantic Beach Police Department Outline for Scope of Services ADG Project No. 821-09 / 1.21 Dear Mr. Thompson: It was a pleasure to meet with you, Mr. Hanson, and Chief Classey to discuss the Police Department project. As we discussed, there are a number of options the City has for consideration on how to move forward with the development of new facilities for the Department. ADG's role in the process will be to work with the City's staff and help define the overall project scope, identify the various development options that are viable candidates for consideration by the Administration and the elected officials, and to graphically indicate how the viable development options could then be implemented on the City Hall site. It is our understanding that the City likely will not be implementing a single phase development due to a variety of reasons, and that the process will need to take a creative approach towards meeting the functional and spatial needs of the Department. This is, in that respect, going to be a very interesting process that will require a great deal of input from the Police Deparbment,. the Administration, and the City's leaders, as the project has the capability of addressing a number of issues associated with the City Hall campus. We are honored to have the opportunity to collaborate with you and your peers on this exciting project and welcome the challenges that it will bring. As you requested, I have outlined the primary scope of our proposed services for your review and consideration. The "bulleted points" are as noted. Task One: Develop a detailed Spatial Needs Assessment {SNA) that will identify each space within the PD facility that is in keeping with a modern Law Enforcement facility based specifically upon the services the Department provides to the community and the organizational sd~icture of Department. Contained within the SNA will be a minimum of three development options far consideration. As an additional component of the SNA, an alternate development option §hall be identified. This would pertain to the option of developing a stand alone off-site Police Department facility and will identify the estimated developmen costs for this option. Task Two: Develop Master Planning ilh~strations for each of the development options that will enable the project team, to visualize, how each option could be implemented on the campus. h/edmin!'oW821/cwtrespa-daneeht~o~npsonp210.9 AGENDA TI'EM # 8C FEBRUARY 23, 2009 Mr. David Thompson Assistant City Manager City of Atlantic Beach, Florida Page two Task Three: Identify the Estimated Project Development Costs associated with each of the options contained with the detailed SNA. This will provide "turn-key" casts for each option to be used by the City in determining the City's financial capabilities when considering the options. Task Four: A Conceptual Rendering will be developed for those options deemed most viable by the City to illustrate the visual impact the development will have on the existing campus. Mr. Thompson, it is anticipated that all of the outlined tasks can be accomplished within a 90 day period of time from receiving a notice to proceed by the City. It is also anticipated that the outlined tasks can be performed under snot-to-exceed budget of $35,000 as discussed during our meeting. I will personally be representing ADG on this project. ADG is pleased to have the opportunity bo work with the City on this project and we are available to respond to any questions or comments that.may arise. Thank you again for this collaborative opportunity. Sincerely, Ian A. Reeves Vice President h/achnidJoW821/correspo~pson0210.9