Loading...
Exh 4BAGENDA ITEM #4B MARCH 10, 2003 CITY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT AGENDA ITEM: Professional Services RFP No. 0203-3 for the design of an approximately 6,000 square foot skate park facility SUBMITTED BY: Timmy Johnson, Recreation Director DATE: February 26, 2003 BACKGROiJND: Staffwas authorized to send out request for professional services to design an approximately 6,000 square foot skate park facility. Four proposals were received from the following companies on Friday, February 14: • Playmore • Contract Connection • Via Concepts • Godard Design Associates Staff evaluated and ranked the proposals and the three top ranked firms are listed below. Via Concepts put together a team comprised of skate park experts and the engineering firm, McVeigh and Mangum Engineering, who has designed many recreational facilities. 1. Via Concepts 2. Godard Design Associates W. 3. Contract Connection BUDGET: Funds for this project is budgeted in account number 131- 0000-572-63-00. ,_ RECOMMENDATION: Authorize staff to negotiate a contract for RFP No. 0203-3 for the design of an approximately 6,000 square foot skate park facility with VIA Concepts. If a satisfactory price cannot be agreed upon, authorize staff to negotiate with the second most qualified firm, Godard Design Associates, Inc. ATTACFIl~IENTS: Proposal Scoring Sheet Request for Proposal No. 0203-3 ~. REVIEWED BY CITY MANAGER: .-. M O M O N O U P~4 z 0 w 0 w O O a O ¢~ w F U W a H ~ ~ ~ r ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ U ~ N N M ~' o ~ N O N ~ ~ V ~» N a .~ o V1 ~ ~ ~ ,~ ~ O l~ 00 M O `Ji U W ~'' a~ o ~ G O ~ p '--i M O O~ M ~ ~ wrx~3 v O o ~ Vl N ~!1 l~ •0 p, ~ V'1 ~ 00 [~ a¢ a°~i ~~ ;~ o ~' ~ ,~ fl . ~ ,~ ~ r, ~~ ~~A O O p '.~ N M ~ Q1 '--~ ~ v, ~ N ~ '--~ '-+ N ~, w O P- P`-. d ~ ~ ~ ~ N U ~ ~ U ~ O iw d a * w o ~ '~~ U O ~ a~ V ~"' v CO C." ~ Q ~ Val i a UU rJ C7d w f-. N ~ ~ 3~ 3 ~~ ~~ ~~ ~~ U cd .~ U ~ cd ~ ~ O •~ -b ~ a~ ~ ~ ~ ~ 0 ~ ~ •~ ~ U N ~ ~ ~ O ~ U ~ ~" U O ~ ~, ~ ~ O a* AGENDA ITEM #4B MARCH 10, 2003 AGENDA ITEM #4B MARCH 10, 2003 REQUEST FOR PROPOSALS NO. 0203-3 PROFESSIONAL SERVICES OUTDOOR SKATE PARK FOR CITY OF ATLANTIC BEACH The City of Atlantic Beach is seeking proposals and submittal of qualifications from firms interested in providing professional services for the design of an approximately 6,000 square foot skate park facility. Proposals must be submitted in triplicate by 4:30 p.m, February 14, 2003 and addressed to: N1r. Timmy Johnson, Recreation Director 716 Ocean Blvd. Atlantic Beach, FL 32233 904-247-5828 ohnson~a~,ci. atlantic-beach. fl. us All questions concerning the submittal of proposals must be addressed to Timmy Johnson. 1. Information: A. Owner : City of Atlantic Beach B. Manager: Department of Pazks, Recreation and Beautification 2. Project Scope: The objective of this RFP is to award a contract to provide engineering and other professional services required to accomplish the prepazation of the preliminary design, detail design, and bidding and construction for an approximately 6000 square foot skate park facility in Jack Russell Park. A. Fee Submittal- Interested companies are required to submit a quotation of proposed rates, or chazges, and a breakdown of any other related costs for each phase of the project. (Preliminary Design, Detail Design, Bidding and Construction.) B. Estimate- Budget estimates for the anticipated cost of construction will be furnished by the consultant at the completion point of the Preliminary Design Phase to the City of Atlantic Beach. As a note to the consultant, this project may be held between stages for fundraising. C. Time schedule- The Consultant shall submit a schedule with their proposal for the completion of each step (Preliminary Design, Detail Design, Bidding and Construction) of the project. The Preliminary design phase should include time for one meeting with the general public and one meeting with the City Commission. The consultant shall allow two weeks review time for the City at each step. AGENDA ITEM #4B MARCH 10, 2003 D. Final Plans should be submitted to the City on 24" x 36" mylar. E. "Record Drawings" and "As Builts" shall be furnished to the City on a standard 24" x 36 myIar. F. Notice to Proceed; No work on this project shall be performed until a contract/purchase order has been executed and a Notice to Proceed is issued which specifically authorizes each phase of the Project. 3. CONSULTANT(S) WRITTEN PROPOSAL REQUIIZEMENTS AND SELECTION PROCESS: A. SELECTION PROCESS: Consultant selection shall be in accordance with this request for proposal. The evaluation process shall determine qualifications, interest, and availability. City staff will first review all written responses. This review will result in a ranked list of fully qualified respondents. If deemed necessary, informal interviews 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. An agreement will be developed for signatures upon approval of the City Commission. The City reserves the right to reject any and all proposals, waive informalities and technicalities; and make awards to the firm whose proposal best serves the interest of the City. Also, the City reserves the right to make such investigation as it deems 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 shown below. C. WRITTEN PROPOSAL /QUALIFICATIONS PACKAGE REQUII2EMENT: Respondents are to adhere to the requirements shown below. Failure to do so may result in rejection of proposal as non-responsive. - Be concise and to the point. - Provide adequate information on each criterion below. - Provide the ranking criteria information below in the order shown. D. RANKING CRITERIA: 2 AGENDA ITEM #4B MARCH 10, 2003 1) Firm's Professional Qualifications and Project Team[20%]: List Consultant team members and sub-contractor firms, including detailed resumes. Give brief bullets on education, training and experience for project personnel. Team members listed in the proposal must be available for work on the City's 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 must be substituted, with the notification of the Recreation Director. 2) Past record of professional accomplishments [25%]: A list plus brief description of completed projects similar to the City project under consideration. Provide a reference list of public and private sector entities within the state of Florida for which similar services have been provided. Include owners' contact person, FAX number and telephone number, and type of projects completed. 3) Staff Availability and Capability to Meet Deadlines (15%]: Current and projected workload for the project team which indicates the availability of staff to complete assigned projects in a timely manner. Timeliness of completion of current or past projects for the City of Atlantic Beach will be included in this criterion, if applicable. 4) Project Approach: [10%] Describe the firm's specific proposed approach to complete the project. 5) Financial Responsibility and Insurance[10%]: 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. 6) Cost Estimating [10%]: Provide evidence of the ability to accurately estimate the cost of construction projects designed by the engineer. Consultant must be able to provide realistic estimates to be used in the City's budgeting process. Accuracy of project cost estimates provided for past or current City of Atlantic Beach projects will be included in this criterion, if applicable. 7) Proximity [5%]: Location of the consultant's home office (corporate headquarters) and location of the local office where the project(s) will be produced. The members of the project teams should be permanently assigned to the project office. Routine and responsive face-to face interaction will be important in servicing the City's needs in performing this contract. AGENDA ITEM #4B MARCH 10, 2003 In the event a team member is relocated, another team member with equal or better experience and qualifications shall be substituted. Team members shall not be transferred, relocated or reassigned while performing work on a specific City project without prior notification of the City's project manager. 8) Cost [5%]: Quote rates, fees, or charges. Detail other cost proposals or cost breakdown information. a. Schedule of direct labor rates (without fringe benefits) for the following categories of personnel to be used on this requirements contract. Principal (Partner or Senior Officer) Project Manager (Responsible Professional) Design Engineer or Architect (Registered) Designer or Technician (Non-registered) Drafter Field Inspector Clerical (Typist, Word Processor, Printer, Assembly) Other (Specify) b. Proposed overhead rate on direct labor, profit rate, costs of printing, CAD systems or other direct project costs.- . c. Any other information available to show pricing methods. d. Miscellaneous guidance: - Proposed rates and costs will be used in the negotiation of fees and shall remain in effect throughout the current term of the continuing contract. - List the proposed overhead rates in use by the firm. In no case will the City pay a total overhead rate that exceeds 150 percent of direct labor. - Profit rate shall be applied only to direct labor plus associated overhead and shall not exceed 10 percent. No mark-up or profit shall be paid on non-labor related job costs, reimbursable expenses, or services provided by subcontractors. - Prior to negotiation on each requirement for the scope of service, the selected consultant(s) will be required to provide the proposed total compensation, 4 AGENDA ITEM #4B MARCH 10, 2003 utilizing the rates shown in this proposal and detailing employee hours needed for each activity, number of sheets required for drawings, amount proposed for surveys, geotechnical investigations, other specialty sub-consultant costs, and all other costs associated with the project. A fee of $10,000 or more must be approved by the City Commission. E. PROPOSAL IS NOT A BID: This request for proposals /qualifications is not to be considered a BID. The City of Atlantic Beach will evaluate proposals based on the criteria set forth in this RFP. Fee proposals are requested as part of the RFP package. However, the City reserves the right, at its sole discretion, to exclude the fee proposals from the evaluation process. The evaluation process will consider all other requested criteria to determine which firm(s) are the most highly qualified to perform the required services. 4. 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 therefrom 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. 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. 5. 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. 6. PUBLIC ENTITY CRIMES REQUIREMENT: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public AGENDA ITEM #4B MARCH 10, 2003 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. __ 6