Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
01/10/2017 12 Commercial Kitchen and Public Market Real Estate Evaluation Project Scope Approval
10 I II I41 4 p 0110 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 12. For Meeting of: January 10, 2017 ITEM TITLE: Approval of Project Scope of Work for Business Incubator, Commercial Kitchen and Public Market Real Estate Evaluation Study Request for Qualifications SUBMITTED BY: Sean Hawkins, Economic Development Manager, 575-6274 SUMMARY EXPLANATION: In August 2015, the City completed a feasibility study fora business incubator and public market facility. In September 2016, the Yakima City Council voted unanimously to authorize City staff to apply for$50,000 in Community Economic Revitalization Board planning funds to evaluate two real estate opportunities for the proposed project. The scope of work includes the following steps: • Location Selection: Working with the project's oversight committee, the firm will assist the City in determining the two final locations for evaluation using the recommended locations in the City's feasibility study as a guide. • Design/Layout: Once the two final locations are determined, complete conceptual project layouts for both locations including evaluation of all necessary infrastructure conditions and needs. To complete this, the firm must have a full understanding of how both vendors and customers would access and use the proposed facility. • Conceptual Drawings: The firm will generate conceptual drawings of the interior and exterior of the two locations to generate public interest in the project. • Estimated Construction budget: Once the final layouts, building needs and infrastructure have been evaluated, the firm will produce a final estimated construction budget for the final 2 locations. A selection committee led by the Council Economic Development Committee would chose the final contractor. The Yakima City Council would name the consultant contract to consider at their March 7, 2017 meeting. To receive the grant funding, the city must hire a firm to perform the work and execute the final grant agreement with CERB by March 16, 2017. The Yakima City Council, in consultation with the project oversight committee, will make the final determination of the location. ITEM BUDGETED: Yes STRATEGIC PRIORITY: Economic Development APPROVED FOR SUBMITTAL: City Manager STAFF RECOMMENDATION: BOARD/COMMITTEE RECOMMENDATION: This RFQ was reviewed with the Council Economic Development Committee at its December 8, 2016 meeting and the Committee voted 3-0 to move this to the full council for consideration. ATTACHMENTS: Description Upload Date Type City of Yakima Business Incubator, Commercial Kitchen, Public Market Real Estate Evaluation Study Request for Qualifications No. 11628Q THE OPPORTUNITY In 2015 the City of Yakima completed a community feasibility study to determine if there was the feasibility and community support for a business incubator, commercial kitchen and public market. The feasibility determined that there was support for a facility without the final determination of a location. A copy of the feasibility study is attached to this RFQ. The City of Yakima, WA is soliciting qualified consulting firms and organizations to submit Statement of Qualifications to facilitate and assist in the development of a business incubator, beer and wine incubator, commercial kitchen and public market in downtown Yakima using the City's feasibility study recommendations as a guide. The scope of this project assists the City of Yakima in preparing for the potential next steps of this project. The next step would be full architectural design of the project and final construction / remodeling of the building. The Scope of Work includes: but is not limited to the following tasks: • Location Selection: Working with the project's oversight committee, the firm will assist the City in determining the two final locations for evaluation using the recommended locations in the City's feasibility study as a guide. • Design/Layout: Once the two final locations are determined, complete conceptual project layouts for both locations including evaluation of all necessary infrastructure conditions and needs. To complete this, the firm must have a full understanding of how both vendors and customers would access and use the proposed facility. • Conceptual Drawings: The firm will generate conceptual drawings of the interior and exterior of the two locations to generate public interest in the project. The City is interested in your firm's ability at bringing conceptual projects to life to generate community interest in the project and the methods of how you would accomplish this. • Estimated Construction budget: Once the final layouts, building needs and infrastructure have been evaluated, the firm will produce a final estimated construction budget for the final 2 locations. The Yakima City Council in consultation with the project oversight committee will make the final determination of the location. The project's final scope will be completed during contract negotiations with the selected firm. CONSULTANT SELECTION The City of Yakima is interested in working with a firm that has previous experience in Business Incubator Projects. Following review of the Statements of Qualifications by the City Selection Committee, one or more firms may be selected to participate in an interview to provide the opportunity for more detailed presentation of their proposal. The successful firm will be offered the opportunity to enter into an Agreement with the City of Yakima to provide services. Insurance requirements are illustrated in "Attachment B". The city reserves the right to negotiate elements of the RFQ and Agreement. If an agreement cannot be reached the City reserves the right to negotiate with the next highest ranked proposer. Interested firms will provide seven copies of the proposal, including one unbound copy. A digital copy of the proposal is also requested. All costs for developing proposals in response to this RFQ are the obligation of the Consultant and are not chargeable to the City of Yakima. All responses and accompanying material will become the property of the City and will not be returned. Proposals may be withdrawn at any time prior to the published close date, provided notification is received in writing to the agent listed in this RFQ. Proposals will be evaluated by the City Selection Committee, based on the following criteria: Qualification and Experience Weight Project Proposal - Demonstration of a thorough understanding of 1 the scope and intent of the project objectives 25 Key Personnel Experience - Combination of team members that 2 meet the interdisciplinary needs of the project 20 Relevant Project Experience - Demonstration of Consultant's 3 relevant experience with projects of similar scope and size 20 Project Approach - Demonstration of team's ability to meet the 4 proposed project including assigned staff availability. 20 References- Provide contact information of 5 persons related to previous projects of a similar nature available to describe their 5 experiences with your firm. 15 TOTAL 100 TENTATIVE PROJECT SCHEDULE AND BUDGET The City of Yakima has an approximate budget of$65,000 for this project. Schedules for interim deliverables will be developed as part of the final written proposal. Preliminary RFQ Schedule Request for Qualifications Released January 11, 2017 Qualification Packets Due — Close date February 1, 2017 Interviews, if warranted Week of February 13, 2017 Contractor Selection and Negotiation Week of February 13, 2017 City Council Contract Approval March 7, 2017 Execution of Contract with CERB Board March 16, 2017 Project Start Week of March 20, 2017 SHOULD YOU HAVE FURTHER QUESTIONS, PLEASE CONTACT: Sean Hawkins, Economic Development Manager Sean.1.....1I Ikiiirks ( .Ikii aWA... P: 575-6274 Certificate of Insurance Example ATTACHMENT"B" PROFESSIONAL LIABILITY R$ DATE(MM/DD/YYW) `4D CERTIFICATE OF LIABILITY INSURANCE Current Date THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER,THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the poiicy(ies)must be endorsed, If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER _NAMEACTInsurance Agent Information INSURANCE AGENT ISSUING CERTIFICATE ADCDRORPHONECiH Ex-9; - FAX No): — ADDRESS AL ESS:Ld lesuosR(S)AFFORDING COVERAGE NAlca INSURER A:A—VIZ or better, admitted Carrier INSURED INSURER B: ENTITY INSURED INSURER C: ADDRESS INSURER D INSURER E: INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILiR �_—_—TYPE OF INSURANCE POOL /LOt "—`-""—"".._""""" OI.(OP�` `'PD}l GY'TSP INSR Wee POLICY NUMBER (MM/DDIYWY) (MMIODNYYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY DAMAGE 1 O HENT EU PREMISES(Ea occurrence) $ --Xi CLAIMS-MADE [—!OCCUR MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ '.. POLICY fl 2 n LOC • —_._.. ...._....— AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT SEC accident) $ ANYAUTO BODILY INJURY(Per person) $ *ALL OWNED SCHEDULED BODILY INJURY IF accident) $ AUTOS AUTOS — NON-OWNED IFFOPETDAMAGE _HIRED AUTOS AUTOS (Per accident) $ UMBRELLA LIAR _OCCUR EACH OCCURRENCE $ • EXCESS LIAR CLAIMS-MADE AGGREGATEDEO $ • WORKERS ICOMPENSATION RETENTION$ WC STATU- IDTH' $ AND EMPLOYERS'LIABILITY YIN TORY LIMIT$ I ER ANY PROPRIETORIPARTNERIEXECUTIVE EL.EACH ACCIDENT $ OFri0EWMENOER EXCLUDED? [ N/A ;Mandatory m AlNE.L.DISEASE-EA EMPLOYE'$ If yes,describe uner • DESCRIPTION OF OPERATIONS below EL,DISEASE-POLICY LIMIT $ $1,000,000 per claim A Professional Policy Number start stop $1,000,000 aggregate Liability date date $ 5,000 deductible DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES(Attach ACORD 101,Additional Remarks Schedule A more soece is required) I(If a claims made form is shown, you should receive a certificate of insurance for three years after job is completed) , The City of Yakima and the County of Yakima • usually cannot be named as additional insureds. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Yakima/County of Yakima THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Purchasing Department ACCORDANCE WITH THE POLICY PROVISIONS. 129 N. 2nd Street Yakima, WA 98901 AUTHORIZED REPRESENTATIVE SIGNATURE I I ©1 BBS-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD