Loading...
Item 8BAGENDA ITEM # 8B FEBRUARY 8, 2010 STAFF REPORT City of Atlantic Beach Commission Meeting AGENDA ITEM: Recommendation for Design, Engineering, and Permitting for Boardwalk Extension at Tide Views Preserve DATE: January 26, 2010 SUBMITTED BY: David E. Thompson, Asst. City Manager Rick Carper, Public Works Director Timmy Johnson, Recreation and Special Events Director BACKGROUND: The City Commission authorized staff to seek proposals from qualified engineers and planners to provide design, engineering, and permitting services for a boardwalk extension and kayak/canoe launch facility at the Tide Views Preserve. Staff advertised for qualified companies to submit statements of qualifications for consideration in providing these professional services. A total of nine (9) firms submitted qualifications for review. A review team of three individuals (David Thompson, Rick Carper, and Timmy Johnson) evaluated the qualifications independently. Each group member had been provided with one copy of the NOTICE FOR PLANNING / ENGINEERING/PERMITTING SERVICES GENERAL SUBMISSION INSTRUCTIONS RFP 10-03 (see attachment) which established the evaluation criteria, and each group member had one copy of all nine proposals. Each member ranked the proposals based on the individual application of the criteria. A consensus was quickly reached relative to the top three (3) proposals after it was determined that the first and second place selections had been unanimously selected by each team member independently from one another. Staff recommends that the City Commission accept the top three companies recommended by staff in order: 1. Bowen Civil Engineering, Inc. 2. England-Thims & Mills, Inc. 3. Applied Technology and Management Bowen Civil Engineering was the top-ranked firm for several reasons. Of the three major grading criteria (Project Team, Past Record, and Project Approach), they scored very high. Their Project Team qualifications were excellent, and they include team members who have successfully worked on similar projects in Atlantic Beach and in the immediate area. They were very familiar with the dynamics of the existing park, and their project approach provided some innovative ideas. AGENDA ITEM # 8B FEBRUARY 8, 2010 BUDGET: Approval of the recommendation does not obligate funding. Approval of the recommendations empowers city staff to negotiate with the listed companies, consistent with state law, for obtaining professional services. The negotiated services must be brought back to the City Commission for review and approval. RECOMMENDATIONS: The evaluation team recommends the approval of the firms listed above, in order, relative to negotiating a contract for professional services. Staff seeks the authorization to negotiate with the top ranked firm to provide architecturaUengineering services for the design, engineering, and permitting for a boardwalk extension and kayak/canoe launch facility at Tide Views Preserve. ATTACHMENTS: NOTICE FOR PLANNING / ENGINEERING/PERMITTING SERVICES GENERAL SUBMISSION INSTRUCTIONS RFP 10-03 REVIEWED BY CITY MANAGER: AGEND ITEM NUMBER: AGENDA ITEM # 8B FEBRUARY 8, 2010 NOTICE FOR PLANNING / ENGINEERING/PERMITTING SERVICES GENERAL SUBMISSION INSTRUCTIONS RFP 10-03 I. INTRODUCTION AND SCOPE OF PROJECT: The City of Atlantic Beach hereby requests and invites qualified architectural/engineering firms and professional planners to submit statements of qualifications to participate in a competitive process. The City of Atlantic Beach, Florida will select a firm to provide professional services for the design, engineering, and permitting for an extension of the boardwalk and an addition of a kayak/canoe launch facility at the Tide Views Preserve in Atlantic Beach, Fl. Five (S) copies of the proposals must be submitted by Tuesday, S: 00 PM, January 12, 2010 and addressed to: David E. Thompson, Assistant City Manager 800 Seminole Road Atlantic Beach, F1 32233 RFP 10-03 Notice for Planning/Engineering/Permitting Services -Tide Views Preserve II. BACKGROUND: The City Commission of Atlantic Beach has established funding for the planning, engineering, and permitting of a boardwalk extension and kayak/canoe launch at the Tide Views Preserve in Atlantic Beach, Fl. The Tide Views Preserve is a public preservation park located on the marshes of the Intracoastal Waterway (ICW). The Preserve has public parking, restrooms, freshwater ponds, nature trails, and boardwalks. Boat access from the ICW is very limited at low tide due to the tidal nature of the adjacent marshes and waterways. The purpose of the proposed project is to extend the boardwalk to a deeper channel which will allow more access by boat at low tide. Additionally, the boardwalk should serve as a fishing pier for members of the public who wish to fish at the Preserve. The City is seeking a qualified organization to conduct the design, engineering, and permitting so that this project can be constructed during the following fiscal year. 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 AGENDA ITEM # SB FEBRUARY 8, 2010 preparation and submission of the proposal(s) and any other information shall be borne entirely by the Respondent(s). 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 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. 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 dthompson c~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: AGENDA ITEM # 8B FEBRUARY 8, 2010 Consultant selection shall be in accordance with this request for proposals. The evaluation process shall determine qualifications, interest, and availability of Respondents to provide relevant design, engineering, and permitting services. City staff will first review all written responses, which well 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 proposaVqualifications package requirement: Respondents are to adhere to the requirements shown below. Failure to do so may result in rejection of proposal as non-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 for project personnel including expertise in environmental and species protection and permitting. 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 employment 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 AGENDA ITEM # 8B FEBRUARY 8, 2010 any of the key individuals have coordinating with the Florida Inland Navigation District should be noted. 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 design, engineering, and permitting services for this project. d. Staff Availability and Capability to Meet Deadlines [10%]: Current and projected workload for the project team, which indicates the availability of staffto 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. V. 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). 4 AGENDA ITEM # 8B FEBRUARY 8, 2010 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. VI. 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 $100,000 -each accident $100,000 -each employee $500,000 -policy limit for disease Federal Acts) B. Comprehensive General Liability $1,000,000 -bodily injury each occurrence $1,000,000 -bodily injury aggregate $1,000,000 -property damage each occurrence C. Products -Completed Operations D. Business Auto Liability E. Professional Liability F. Ezcess or Umbrella Liability $1,000,000 -property damage aggregate $1,000,000 -aggregate Same as Comprehensive General Liability (All autos -owned, hired or used) Same as Comprehensive General Liability Optional AGENDA ITEM # 86 FEBRUARY 8, 2010 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 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 (1 S) 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. VII. 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. VIII. 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