HomeMy Public PortalAbout2014-652 North Beach Restrooms
RFP # 2014-652
City Of Tybee Island
TYBEE ISLAND, GEORGIA
Is ISSUING THIS REQUEST FOR PROPOSAL FOR SERVICES DESCRIBED HEREIN:
The City of Tybee Island is requesting proposals
for design and engineering services for construction of public restroom. Bidders shall offer services and materials which may be upgraded with optional services and materials which
may not be purchased at time of bid award. Bidder shall specify in the proposal the delivery schedule for the products and services from time of notification of award of bid.
BIDS
ARE TO BE RETURNED NO LATER THAN: SEPTEMBER 17, 2014 AT 10:00AM
BIDS WILL BE OPENED ON SEPTEMBER 17 AT 11:30 AM AT CITY HALL.
A PREBID WALK THROUGH INSPECTION WILL BE HELD SEPTEMBER
10, 2014 AT 10:30
AT THE NORTH BEACH RESTROOMS, 31 MEDDIN DRIVE, TYBEE ISLAND
ALL RESPONDENTS ARE INVITED TO ATTEND THE PREBID MEETING & BID OPENING.
The City is seeking a total bid
package for service/materials equal to or exceeding specifications set forth on the attached pages which must meet or exceed stated specifications. Those not meeting these standards
will be rejected. The attached material specifications become and remain a part of this request for proposal
All responses, inquiries, or correspondence relating to, or in reference
to, this request for proposals, and all reports, charts, displays, schedules, exhibits and other documentation by the bidders shall become the property of the City when received. All
proposals submitted in response to this invitation for bid shall become the property of the City. The City retains the right to use any or all ideas presented in any proposal to the
invitation to bid, whether amended or not. Selection or rejection of the proposal does not affect this right.
Mail proposal to: BID NUMBER 2014-652
NORTH BEACH RESTROOMS
MELISSA
FREEMAN
403 BUTLER AVE
PO BOX 2749
TYBEE ISLAND, GA. 31328
Inquiries or other need for clarification in this document should be submitted no later than September 15, 2014.
Questions
to: Diane Schleicher
912-472-5070
Email: dschleicher@cityoftybee.org
METHOD OF AWARD: Contracts shall be awarded to the lowest, responsive, and responsible bidder. Bidders must respond completely
by filling in all applicable blanks. Bids are subject to the terms and conditions of this Request for Proposal.
Bids shall be submitted in a sealed envelope, clearly marked on the
outside of the envelope, to the office of the above address prior to the time specified.
Signature of bidder indicates that bidder understands and will comply with attached terms and
conditions and all other specifications made a part of this invitation for bid and any subsequent award or contract. All terms, conditions and representations made in this invitation
will become an integral part of the contract. Nothing contained within this RFP is indicative of intent by the City of Tybee Island to reimburse the bidder, in whole or in part, for
any costs associated with preparation, submission, or presentation of proposals.
WAIVER: The City of Tybee Island reserves the right to reject any or all bids received. The City reserves
the right to waive any variances from original bid specifications in cases where the variances are considered to be in the best interest of the City.
SCOPE OF WORK:
The City of
Tybee is requesting design and engineering services for the construction a new public restroom to be located at the North Beach Parking lot. Prior to the design and engineering phase
for construction, the city requests professional assistance in determining if it is feasible and cost effective to construct a FEMA and ADA compliant restroom in the Eastern portion
of the parking lot near the middle cross-over. Another alternative is to construct a new restroom at the current location of the North Beach Restroom by relocated the new restroom outside
the V zone which would require the demolition of the existing 480 square foot block building in accordance to EPD regulations. In addition, the final location determination should meet
the GDNR Shoreline Protection permitting requirements.
Minimum public restroom requirements:
Male side: Five (5) stalls including the ADA stall, one waterless urinal, two (2) clothing
changing stalls and one (1) baby changer station
Female side: Five (5) stalls including the ADA stall , two (2) clothing changing stalls, and one (1) baby changer station
Appropriate
number of sinks with on demand water heater for each side
A concession stand
An electrical system powered by a solar panel system that is also connected to the grid
A grey water plumbing
system to flush restroom toilets
Five (five) external shallow well rinse off showers stations that meet the following:
Have posted signs reading NON-POTABLE WATER – DO NOT DRINK
Meet
minimum construction standards for non-public wells as required by the Water Well Standards Act, O.C.G.A 12-5-120
Meet the Chatham County Health Department regarding setbacks from any
on-site sewage management systems
Are not connected in any way to the City’s potable water system
CONTRACTOR QUALIFICATIONS: Contractor must be an architectural/consulting firm licensed in the State of Georgia; and experience in design of public facilities especially public municipal
restrooms. Contractor should provide references/work samples (photographs, renderings, documents) from counties or municipalities for which similar work has been performed and a copy
of their license.
Design and construction of the building is to be architecturally compatible with the neighborhood, energy efficient and meets all ADA, FEMA, as well as, the GDNR Shoreline
Protection permitting requirements, as needed. A copy of the flood plain map is available from the planning and zoning manager at city hall for purposes of the proposal.
INCLUDED IN
PROPOSAL:
Proposal for services to include the following:
List of similar public restroom building and site plan design/engineering projects especially in the area and in other beach
communities
List of similar municipal and commercial projects completed within or under budget
References
Project manager
List of staff who would be assigned to project
List unit price
fee structure:
Fee for North Beach site selection analysis
Fee for design of building and site plan excluding landscape design
Fee for construction and site plan drawings
Fee for each
soil boring including report for site, as needed
Fee for bidding services including public advertising and plan distribution
Fee for oversight of construction and change order review
Fee
for oversight of demolition of the existing restroom if replacement of existing restroom is determined the appropriate decision by the mayor and city council
All persons wishing to
submit proposals shall submit one (1) original proposal and nine (9) complete copies in an 8 ½” by 11” format and one (1) original contract that is consistent with the proposal.
CRITERIA
FOR EVALUATION AND AWARD
Submitted proposals will be evaluated and scored based upon the following criteria:
Criteria Points Assigned
Credentials 10
Expertise
of Designated Staff 10
Past Performance 20
Managerial Capabilities 10
References 15
Capability to Perform SOW 15
Price Proposals 20
The successful Proposer
will be selected based upon the best response offered to the City. Proposers may be requested to give an oral presentation after submission of responses should the
City find it necessary to determine which is best received. Proposal fees are to be good for a minimum of 90 days.
REQUIRED INFORMATION:
Please submit the following information in
the order requested.
1. A bid sheet, W-9, vendor application, and contractor affidavit located at the end of this RFP.
2. Name, address, phone number, fax number, and e-mail address
of the person or firm submitting the proposal. Provide the name of the contact person and person authorized to contract for the firm.
3. The proposer’s qualifications to meet the
City’s objectives and perform tasks listed in the proposal. This shall include the size of the firm, office location from which the service is being performed and nature of staff and
equipment to be employed. Job descriptions and pay classifications of the proposer’s positions and employees shall also be included.
3. Bids and all required or requested supplemental
materials in compliance with this Request for Proposal shall be submitted as requested above. Supplemental materials will not be accepted after the proposals have been opened unless
requested by the City.
City of Tybee Island
TERMS AND CONDITIONS
DEFINITIONS. As used herein, the following terms shall have the meanings set forth below, whether or not capitalized.
“Purchase Order” or “Order” means this purchase order.
“Buyer” means The City of Tybee Island.
“Seller” or “Vendor” means the party furnishing the supplies under this order.
“Supplies”
means what the Seller furnishes the Buyer under this order and includes with limitation, the following; (1) the work; materials; articles; deliverable items, items, data and services,
whether tangible or intangible or any combination thereof; and (2) what is leased or licensed, pursuant to the lease(s) or license(s) signed by both the Buyer and the lessor or licensor
if attached to and made a part of this order.
“Loss” means any or all the following: claims, liabilities, damages, losses, costs, or expenses (including reasonable attorneys’ fees and
expenses and other legal costs).
ACCEPTANCE. This order constitutes an offer which shall become a binding contract upon the terms and conditions herein set forth upon acceptance by
Seller either by acknowledgement of this order or commencement of performance. Buyer objects to any difference, conflicting or additional terms proposed by Seller in the acceptance
of this order, and no such terms shall be effective unless expressly accepted by Buyer in writing. Each shipment received by Buyer from Seller shall be deemed to be only upon the terms
and conditions contained in this order, except by such written instrument modifying the order, signed by Buyer, notwithstanding any terms and conditions that may be contained in any
acknowledgment, invoice, or other form issued by Seller and notwithstanding Buyer’s act of accepting or paying for any shipment, or similar act by Buyer.
PRICES. Seller represents
that the prices, terms, warranties, and benefits contained in this order are comparable to or better than those offered to any other customer of Seller for items which are the same or
substantially similar. Buyer shall receive the benefit prospectively or retrospectively if
Seller offers any item or service included in this order to any other customer at a lower price, more favorable terms, more favorable warranties, or more favorable benefits up to one
year after completion of this order.
DELIVERY. Any delivery schedule made a part of this order is an important, material condition; time is of the essence of the order. Unless otherwise
agreed to in writing. Seller shall not make material commitments or production arrangements in excess of the amount or in advance of the time necessary to meet Buyer’s delivery schedule.
It is Seller’s responsibility to comply with this schedule, but not to anticipate Buyer’s requirements. In addition to any other rights or remedies, Buyer may cancel all or any part
of this order for Seller’s failure to deliver in strict accordance with the delivery terms set forth herein. Seller shall promptly notify Buyer of any anticipated delay in the delivery
date and Buyer may require Seller to ship by alternate means in order to expedite delivery. Any additional costs shall be paid by Seller and Seller shall be liable for all resulting
damages to Buyer occasioned by the delay. Delivery shall not be deemed to be complete until the items have been received and accepted by Buyer. Advance and excess shipments may at
Buyer’s option be rejected and returned to Seller at Seller’s expense.
TRANSPORTATION. Except as otherwise provided on the face of this order, transportation charges on Supplies shall
be f.o.b. destination, at Seller’s sole cost and expense. Risk of loss from any casualty to supplies ordered hereunder, regardless of cause, shall be Seller’s responsibility until goods
have been delivered to Buyer’s designated delivery post. No insurance or premium transportation costs beyond the price listed in this order will be allowed unless authorized by Buyer
in writing. If Seller does not comply with Buyer’s delivery schedule, Buyer may, in addition to any other rights that Buyer may have under this order, require delivery by fastest way,
and charges resulting from the premium transportation must be fully prepaid and absorbed by Seller.
WARRANTY. Seller warrants that all supplies delivered pursuant to this order shall
strictly conform to the applicable specifications (including without limitation information or functional performance, material content, size, appearance, response time, etc.), shall
be free from all defects and workmanship in materials including latent defects, shall be free from defects in design and suitable for their intended purpose, and shall be free from all
claims, encumbrances, and liens. This warranty shall survive inspection, delivery and payments shall run to Buyer, its successors, assigns and the users of the items and shall not be
deemed to be exclusive. Seller agrees to indemnify, defend and hold Buyer, Buyer’s employees, and those for whom Buyer may act as agent, harmless from all damages, including consequential
and incidental damages, incurred or sustained by Buyer by reason of any breach of any warranty with respect to the supplies purchased. Buyer shall be promptly reimbursed for all expenses
incurred in the handling, inspection and return of defective items, and Seller shall bear the risk of loss on all such items. If any of the supplies are found at any time prior to acceptance
to be defective in material or workmanship, or otherwise not in conformity with the requirements of this order, Buyer (in addition to any other rights which it may have under warranties
or otherwise) may at its option (1) correct or have corrected the nonconformity at Seller’s expense, or (2) reject and return such supplies or other deliverable items at Seller’s expense,
such supplies or other deliverable items not to be replaced without suitable written authorization from Buyer.
CHANGES. Buyer may at any time request in writing changes to this order
in the specifications, packing, shipment, quantities, delivery schedules, and other matters. If any such change causes an increase or decrease in the costs of or the time required for
performance, Seller shall immediately notify Buyer. Any request for an equitable adjustment must be made in writing with 30 days from the date of the written request for the change.
No additional charge or change in the specifications,
packing, shipment, quantities, delivery schedules, and other matters will be allowed unless authorized by Buyer in writing.
TAXES. The Buyer, a municipality in the State of Georgia,
is exempt from Georgia Sales Tax under the Sales and Use Tax ID # 302 526 178. All sales and use tax due on materials purchased by the city for installation by the seller under this
contract are the responsibility of the contractor.
ASSIGNMENT. Neither this order nor any interest herein may be assigned, in whole or in part, by Seller without the prior written
consent of Buyer. Notwithstanding the above, Seller may assign any monies due or to become due to him hereunder, provided that such assignment shall not be binding upon Buyer until
receipt of a copy of the assignment agreement is acknowledged and approved by Buyer in writing.
SUBCONTRACTING. Seller shall not enter into a subcontract for any part of this order,
including completed or substantially completed items or major components thereof, without Buyer’s written consent. Nothing in this order shall be seen as prohibiting Seller’s purchase
of standard commercial articles, raw materials, or other supplies specified in this order if these are typically purchased by Seller in the normal course of business.
TERMINATION.
Buyer may terminate or suspend performance under this order in whole or in part from time to time by sending written notice to Seller. Upon receiving notice of such action by Buyer,
Seller shall immediately comply with its terms and take all reasonable steps to avoid incurring any additional costs under this order. Buyer’s sole liability to Seller shall be for
items completed and delivered to Buyer in accordance with this order and for Seller’s reasonable costs to the date of termination, such costs being solely attributable to this order
and not being recoverable from other sources.
INDEMNIFICATION. Seller agrees to indemnify, defend and hold Buyer, Buyer’s employees, and those for whom Buyer may act as agent harmless
from (1) any and all claims and liabilities for injuries or death of persons or damages to or destruction of property; (2) any other Loss caused by or resulting from the acts or omissions
of Seller, its agents, subcontractors, suppliers or employees in the performance of this order; (3) any Loss caused by or resulting from the supplies purchased under this order, (4)
any intended use of products or materials provided by Seller; (5) any defective products or materials provided by Seller, including without limitation the use or disposal of hazardous
and/or toxic materials, such materials to include at minimum all materials recognized by the Environmental Protection Agency as hazardous; or (6) any breach by Seller of any express
or implied warranties. If Seller’s work hereunder involves operations by Seller’s agents, subcontractors, suppliers or employees on Buyer’s premises or any place where Buyer conducts
operations, Seller shall take all necessary precautions to prevent the occurrence of any injury or damage to persons or property during the progress of such work. Further, Seller shall
indemnify, defend and hold Buyer, Buyer’s employees, and those for whom Buyer may act as agent harmless for any injuries occurring to Seller’s agents, subcontractors, suppliers or employees
and Seller shall maintain public liability, property damage and employee’s liability and compensation insurance sufficient to protect Buyer from any claims under any applicable law,
statute, or regulation.
MODIFICATION; WAIVER. No waiver or modification of this order shall be effective unless in writing and signed by both of the parties hereto. Failure of either
party to enforce its rights under this order shall not constitute a waiver of such rights or any other rights.
ENTIRE AGREEMENT. This order is intended by the parties as a final expression of their agreement and also as a complete and exclusive statement of the terms thereof, any prior or contemporaneous
oral or written agreements as to the same subject matter notwithstanding.
INVALIDITY. In the event that any provision of this order is declared invalid, illegal, or otherwise unenforceable
by any tribunal or law, the remainder of the provisions shall not be affected thereby, and each term and provision not declared invalid, illegal or unenforceable shall be valid and shall
be enforced to the fullest extent permitted by law.
DRUG FREE WORKPLACE. By accepting this order, the Seller certifies that he shall provide a drug free workplace for his employees
in accordance with the laws of the State of Georgia.
SPECIFICATIONS, PROPOSALS, BID DOCUMENTS. The documents which form the basis for this order shall include the plans and specifications
and bid documents as attached hereto, together with any other documents so listed and enumerated, if any, and it is expressly understood that any special conditions listed and attached
hereto are specifically made a part of this contract.
APPLICABLE LAW. The provisions and performance of this purchase order shall be governed by the laws of the State of Georgia and
applicable federal law. Seller agrees to bring any and all actions relating to this purchase order only in the state and federal courts located within Chatham County in the State of
Georgia.
APPROPRIATION. Notwithstanding, any other provision hereof , this agreement shall terminate at the end of each calendar year without liability or obligation on the part of
the city in any calendar year where the City has not appropriated funds for the obligations hereunder for the next calendar year.
PROTEST POLICY Any offerer who is aggrieved in connection
with a solicitation or award of a contract may protest to the Purchasing Agent. The protest shall be made to the purchasing office having responsibility for initiating the solicitation.
The protest must be submitted in writing within 7 calendar days after knowledge of the facts and occurrences giving rise to the protest. The protest shall: include the name and address
of the protestant; include the solicitation number, contain a statement of the grounds for protest; and specify the ruling requested from the purchasing office. Awards will be held at
bay until the protests are resolved.
Quotation Sheet
Firm:
A. Description:
TOTAL COST:
$___________
Quotation
Expiration date: __________________________________________________
City of Tybee Island, PO Box 2749, Tybee Island, GA 31328
912-786-4573 | (fax) 912-786-9465
What products/services do you provide to the City of Tybee Island:
__________________________________
_______________________________________
_________________________________________________________________________
To whom shall we direct the Purchase Order?
Sales Contact:______________________Ema
il:__________________________________
Phone#______________________________ Fax#________________________________
Location: _________________________________________________________________
To
whom shall we direct Payment?
A/R Contact: _______________________ Email:_________________________________
Phone#_____________________________ Fax#________________________________
Remittance
Address:________________________________________________________
Our terms are Net 30.
Affidavit Verifying Status
for City Public Benefit Application
By executing this affidavit under oath, as an applicant for a City of Tybee Island, Georgia, Business License or Occupation
Tax Certificate, Alcohol License, Taxi Permit, Contract, or other public benefit as referenced in O.C.G.A. Section 50-36-1, I am stating the following with respect to my application
of a City of Tybee Island:
Business License or Occupational Tax Certificate,
Alcohol License,
Taxi Permit,
Contract
Other public benefit for __________________________________________
(printed name of natural person applying on behalf of individual, business, corporation, partnership, or other private entity).
1) ______ I am a United States citizen.
OR
2) ______ I
am a legal permanent resident 18 years of age or older or I am an otherwise qualified alien or non-immigrant under the Federal Immigration and Nationality Act, 18 years of age or older
and lawfully present in the United States. *
In making the above representation under oath, I understand that any person who knowingly and willfully makes a false, fictitious, or fraudulent
statement or representation in an affidavit shall be guilty of a violation of Code Section 16-10-20 of the Official Code of Georgia.
___________________________________________
Signature
of Applicant
___________________________________________
Date
___________________________________________
Printed Name
___________________________________________
* Alien
Registration Number for Non-citizens
SUBSCRIBED AND SWORN BEFORE ME ON THIS
THE ______ DAY OF ___________________, 20
Notary Public
My Commission Expires:
Note: O.C.G.A.
§ 50-36-1(e)(2) requires that aliens under the federal Immigration and Nationality Act, Title 8 U.S.C., as amended, provide their alien registration number. Because legal permanent residents
are included in the federal definition of “alien”, legal permanent residents must also provide their alien registration number. Qualified aliens that do not have an alien registration
number may supply another identifying number below:
CONTRACTOR AFFIDAVIT AND AGREEMENT
By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A 13-10-91, stating affirmatively that the individual,
firm, or corporation which is contracting with (State Recipient/Sub-recipient), under the Community HOME Investment Program (CHIP), has registered with and is participating in a federal
work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal
work authorization program operated by the Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986
(IRCA), P.L. 99-603], in accordance with the applicability provisions and deadlines established in O.C.G.A 13-10-91.
The undersigned further agrees that, should it employ or contract
with any subcontractor(s) in connection with the physical performance of services pursuant to this CHIP-funded contract with (State Recipient/Sub-recipient), contractor will secure from
such subcontractor(s) similar verification of compliance with O.C.G. A. 13-10-91 on Subcontractor Affidavit provided in Rule 300-10-01-.08 or a substantially similar form. Contractor
further agrees to maintain records of such compliance and provide a copy of each such verification to the (State Recipient/Sub-recipient) at time the subcontractor(s) is retained to
perform such service.
________________________________________________
Federal Work Authorization User Identification Number
________________________________________________
Date
of Authorization
________________________________________________
Authorized Officer or Agent of Contractor
________________________________________________
Name of Project
____________________
____________________________
Name of Public Employer
I hereby declare under penalty of perjury that the foregoing is true and correct.
Executed on ______________________ 20______
in ________________________________(city)__________(state)
________________________________________________
Signature of Authorized Officer or Agent
______________________________________________
__
Printed Name of Authorized Officer or Agent
SUBSCRIBED AND SWORN
BEFORE ME ON THIS THE
________DAY OF ______________________, 20___
Notary Public: ________________________________________
_________
My Commission Expires: ________________________________________