CIAL ) 1969 OFHolden Beasy Town of Holden Beach Board of commissioners Special Meeting Thursday, October 3, 2024 5:30 PM Holden Beach Town Hall Public Assembly IAT TOWN OF HOLDEN BEACH BOARD OF COMMISSIONERS SPECIAL MEETING HOLDEN BEACH TOWN HALL - PUBLIC ASSEMBLY THURSDAY, OCTOBER 3, 2024 - 5:30P.M. 1. Call to Order 2. Public Comment 3. Discussion and Possible Action on Proposed Changes to the Pier Request for Qualifications - Mayor Pro Tem Myers and Commissioner Paarfus 4. Adjournment *Visit nttps//www.facebok.com/holdenbeachtownhall to watch the livestream of the meeting. Public comments can be submitted" tol neatnerehstompnal.com prior to: 12:00 p.m. on October 3, 2024. BOC Agenda 10/03/24(S) Soptomber mcching Request for Qualifications (RFQ) version Development of Preliminary Designs and Cost Estimates Repair or Replacement of Town Pier Properties located at 4410cean Boulevard West, Holden Beach NC for I. PURPOSE. The Town of Holden Beach ("Town")i is seeking qualified providers of Engineering, Design and Financial services to develop Level 3 estimates that will enable the Town to make repair or rebuild decisions regarding its Pier Complex located at 441 Ocean Boulevard West, Holden Beach NC. II. BACKGROUND The Town is a municipal corporation located in Brunswick County, North Carolina servinga community of 932 year-round residents and a summer population exceeding fifteen thousand. olection/transmision, buildingi inspection, code enforcement, parks and recreation, police The Town purchased the Pier complex in the Spring of 2022. On site facilities currently include a pier house, an ocean pier, an 80 space paid parking lot, modular public restrooms, two public beach accesses, one emergency beach access and a six space campground with utilities. Neither the Pier nor the Pier house are open to the public at the present time. The Town provides for solid waste disposal, water distribution and sewer and fire protection. III. SCOPE OFWORK. The Town is seeking to contract with one firm having multi-faceted experience working with public facility projects, but may also consider a team of qualified firms, which could include subconsultants. Such experience may include, but is not necessarily limited to, the following: Civil Engineering with specific coastal engineering and/or marine construction experience Structural Engineering Survey Environmental Services and Permits - Including CAMA Permitting Architectural and Landscape Design Financial Modeling Cost Estimating Grant Funding Administration 2 The exact scope of services required by the Town shall be set forth in an agreement between the Town and the selected firm. The scope of work shall include, but not be limited to, the following: A. Preliminary design services for repair of the current pier structure from thep pier deck usinga phased approach as follows: Phase I. Structural Stabilization oft the existing wooden pier to include replacement ofa all 161 major/severely damaged piles, replacement of all fasteners, and a significant portion of the bracing, if not all, depending on analysis results. Analysis Phase II. Safety repairs to make the pier safet for the public, to include handrails and may call for additional bracing as well. ADA access Phasell. Plumbing, electrical, mechanical and decking replacement Phase IV. Pier Extension of 250 feet to restore the pier to its original 10001 foot length and reach significantly deeper fishing waters than the current 41 to 81 foot depths Develop Cost estimates for each phase and a draft Maintenance and Repair Plan reached by the existing 7501 foot pier length. with annual life cycle cost estimates for a period of 30y years. B. Preliminary design and cost estimates to construct an entirely newy wooden pier Phase 1. Develop and identifyt funding mechanisms and alternatives to replace the Phase: 2. Develop and identifyf funding mechanisms and alternatives to constructa 2501 foot extension of the new/replacement" 750 foot long pier. Develop Cost estimates for each phase and a draft Maintenance and Repair Plan with annual life cycle cost estimates fora a period of 30 years toi include considerations needed toi implement a condition based maintenance program that includes periodic and post storm inspections in addition to any storm damage existing 7501 foot pier. projections and associated damages. C. Preparation of at financial/business case analysis to determine potential revenue to offset development costs to include market analysis of potential commercia/retail facilities that may be sited on the property fore each of the existing pier repair and new pier options and phases outlined in Aa and B above. FinanciaVbusiness case analysis musti include sufficiently detailed information that will enable the Town to pursue external funding D. Provision andi inclusion of estimated end state eronmance.construction times and schedules for each of the existing pier repair and new pier options and phases outlined in A sources. 3 and B above in addition to plot plans, general assembly drawings, piping and Instrumentations schematics, utility diagrams, equipment lists, general standards and specifications to include detailed specs for critical equipment. IV. ADMINISTRATIVE REQUIREMENTS Pursuant to North Carolina General Statute 143-64.31, the Town of Holden Beach utilizes a qualifications-based selection process without consideration of fees during the initial phase in Interested firms must electronically submit their qualifications package as a PDF document by selecting firms for professional engineeringservices. no later than 28 October, 2024 at 5:00 p.m, to Heather Finnell, Town Clerk; eatnerehptownalcom. Paper copies are not required. Ifa a hard copy is submitted, (7) copies shall be delivered to the Holden Beach Town Hall located at 110 Rothschild Street, Holden Beach NC 28462 prior to the Whether digital or hard copy, the subject line should contain the firm's name and "Statement of Qualifications for Development of Preliminary Designs and Cost Estimates for 441 Ocean All interested firms that have questions must direct them to the Town Clerk Heather Finnell via email no later than 14 October 2024. Any addendums will be released with answerstosubmitted questions with posting on the Town's website at nttps:l/www.hbtownhall.com. submission deadline. Boulevard West" V. NOTICE TO VENDOR OF RFQ TERMS AND CONDITIONS. Its shall be the Vendor's responsibility to read all parts and content of this RFQ and comply with all requirements and specifications set forth herein. VI. SUBMISSION REQUIREMENTS The following submittals must accompany the Statement of Qualifications: a. Afully completed and executed Execution page (Exhibit A) b. Statement of Financial Condition (Exhibit B) Completed and signed Supplemental Vendor Information Underutilized Businesses (Exhibit C) Historically The selection of a firm will be based on the overall qualifications as presented in the detailed Statement of Qualifications provided by the respondent firm(s). The presence or absence of one orn more of the items listed below, except for those items required by law, shall not be completely 4 disqualifying but shall be taken into consideration when evaluating each firm. Qualification statements should address the following: a. Firm name and office location responsible. Include background of Vendor's firm including the size of the firm, the number of years it has been in business, total number of b. Key Project Team member qualifications, including subconsultants. Address the overall personnel, and the number of staff by discipline. capabilities of the firm relevant to this RFQ. Relevant experience in design, permitting and construction administration of public facilities in North Carolina. Provide summaries of completed projects on which similar services were provided and references for those projects; each such summary and reference toi include the client's and the project's sname, the project description, the dollar value of the project and specific grant assistance provided/attained if applicable, and the name, title, email address and telephone number of the reference contact. d. Statement of Qualifications shall not exceed a maximum of 30 pages. VII. SELECTION CRITERIA The considerations below will be utilized for selection of the firm(s). Selection will be made by the Holden Beach Board of Commissioners. a. Professional Expertise: The firm's recent experience, knowledge, and familiarity b. Management & Technical Expertise: The experience of the proposed Project Team in completing public projects of this nature efficiently and through Local Knowledge & Permitting Experience: Strong consideration will be given to the team demonstrating knowledge of the local permitting processes and requirements. Recent experience with similar projects in coastal NC areas will be d. Past Performance: Relevant project references shall be provided. The firm's ethical and professional standing and satisfactory performance under previous contracts, along with positive client relationships, will be considered. The Town will review other factors directly applicable to the firm's qualifications as provided inc conducting similar projects. administration of relevant grant funding. relevant. for this project. 5 VIII. CONDITIONS AND RESERVATIONS The Town reserves the right to requests substitutionc ofanys subconsultants. The Town also reserves the right to reject any or all responses to this RFQ, to waive technicalities, to advertise for a new RFQI response, or to accept any RFQ response deemed to be in the bestinterest of the Town. The selected firm/consultant(s) and all subconsultants may be required to submit an affidavit certifying compliance with the terms of the State of North Carolina's E-verify statute (NCGS 64- A response to this RFQ is not to be construed as a contract, nor does it indicate commitment of any kind. The RFQ does not commit the Town to pay for costs incurred in the submission of a response to this RFQ or for any cost incurred prior to the execution of at final contract. Iti is an absolute requirement of the Town that the project work site and work force be drug free and that associated individuals, including subcontractors, working on the project be free of prior or pending felony convictions. The qualifications statement should include a commitment to this requirement and ani indication oft the plan ofthe firmi to ensure compliance with this requirement. 26). IX. DELIVERABLES SCHEDULE The elements outlined in the Scope of Work and subsequently agreed to by Town and Consultant(s) will be required to be fulfilled within 90 days after execution of a mutually agreeable contract. X. CONTRACTING Any contract developed for this work shall be enforced in accordance with the laws of the State of North Carolina. Any controversy or claim arising as a result of contracting shall be settled by action initiated in the appropriate division of the General Court of Justice in Brunswick County, North Carolina. XI. CONFIDENTIALITY AND PROHIBITED COMMUNICATIONS. During the evaluation period - from the date the responses are opened and the vendors ranked by qualifications - each vendor submitting a response is prohibited from having any communications with any person inside or outside of the Town if the communication refers to the vendor's response or qualifications, the contents or qualifications of another vendor, and/or the transmittal of any other communication of information that could reasonably be considered to have the effect of directly ori indirectly influencing the evaluation of submitted responses to this RFQ. A vendor failing to comply with this provision shall be disqualified from being evaluated for this RFQ unless it is determined, in the Town's discretion, that the communication was harmless or that it was made without the intent toi influence the evaluation of vendors under this RFQ. Only those discussions, communication or transmittals of 6 information authorized ori initiated by the Town or general inquiries directed to the Town regarding the requirements of this RFQ are excepted from this provision. XII. EQUAL EMPLOYMENT OPPORTUNITY The Town of Holden Beach does not discriminate in any of its programs and activities. The Consultant(s) awarded the contract for work will be required to assure that no person shall be denied employment or fair treatment, or in any way discriminated against on the basis of race, sex, religion, age, national origin, or disability. XII. HISTORICALLY UNDERUTILIZED BUSINESSES. The Town invites and encourages participation in this procurement process by businesses owned by minorities, women, disabled individuals, disabled business enterprises, and non- profit work centers for the blind and severely disabled. In responding to this RFQ, vendors shall complete and sign the Supplemental Vendor Information - Historically Underutilized Businesses attached hereto as Exhibit C. XIV. INFORMAL COMMENTS. The Town shall not be bound by informal explanations, instructions, or information given at any time by anyone on behalf oft the Town during the evaluation process. XV. COST OF PREPARING THE RESPONSE. Any costs incurred by a vendor in preparing or submitting a response are the vendor'ssole responsibility and the Town shall not reimburse any vendor for any costs incurred in preparing its response. XVI. WITHDRAWAL OF RESPONSE. Ar response to this RFQ may be withdrawn onlyi in a writing received by the Town Clerk before the October 28, 2024 submission deadline. A withdrawal request must be on the Vendor's letterhead and signed by an authorized official of the Vendor. XVII. VENDOR'S REPRESENTATIONS. a. Vendor warrants that only qualified personnel shall provide services under any agreement resulting from this RFQ and that they shall do soi in a professional manner. As used herein, "professional manner" means that the personnel 7 performing the services possess the skill and competence consistent with the b. Vendor warrants that it has the financial capacity to perform and to continue to perform its obligations under any agreement resulting from this procurement process; has no actual or constructive knowledge of any actual or potential legal proceeding brought or being brought against it that could materially adversely affect performance of any such resultant agreement; and is not prohibited by any contract or order by any court of competent jurisdiction from entering into an prevailing business standards ini the subject industry. agreement resulting from this procurement process. 8 EXHIBIT A Execution Page By executing this Request for Qualifications ("RFQ"), the undersigned Vendor certifies that this response is submitted competitively and without collusion, that none ofi its officers or directors has been convicted of any violations under Chapter 78A oft the North Carolina General Statutes (the North Carolina Securities Act), the Securities Act of1933 or the Securities Exchange Act of 1934, and that it is not an ineligible vendor as set forth in N.C.G.S. $ 1 143-59.1. As required under N.C.G.S. $ 143-48.5, the undersigned Vendor certifies that it, and each ofi its sub-contractors, if any, for any contract awarded as a result of this RFQ, complies with the requirements of Article 2 of Chapter 64 oft the North Carolina General Statutes, including the requirement for each employer with more than 25 employees in North Carolina to verify the Proposals will be evaluated to rank the responding vendors in order of their qualifications and competence following which the Town will attempt to negotiate a fair and reasonable contract The failure to execute/sign this response prior to its submittal shall render the response invalid such that it will be rejected. Late responses shall not be considered. work authorization ofi is employees through the federal E-Verify system. price with the best qualified vendor. Vendor: Street Address: City, State, and Zip: Mailing Address: City, State and Zip: Federal IDI No. or Social Security No.: Name/Title of Person Signing on Behalf of Vendor: Signer's Telephone No.: Signer's Email Address: Vendor's Authorized Signature: Signer's Mobile No.: Date: 9 EXHIBIT B Name of Vendor: The undersigned hereby certifies that [check all applicable boxes): GV Vendor is in sound financial condition. DV Vendor has no outstanding tax or judgment liens. employment-related contributions and withholdings. E Vendor is current in all amounts due for payments of federal and state taxes and required DV Vendor is not the subject of any current litigation or findings of non-compliance under federal OV Vendor has not been the subject of any past or current litigation or findings in any past litigation which may impact in any way its ability to perform its obligations under an agreement 01 The undersigned is authorized to make the foregoing statements on Vendor's behalf. Ifone or more of the foregoing boxes is NOT checked, please set forth the reason in the space or state law. resulting from this procurement process. directly below. Signature Date Printed name and title 10 EXIHIBITC Pursuant to N.C.G.S. $1 143-64.31, the Town invites and encourages participation in this procurement process by businesses owned by minorities, women, disabled, disabled business enterprises, and non-profit work centers for the blind and severely disabled. This includes utilizing subcontractors to perform any required functions set forth in this RFQ. Any questions concerning NC HUB certification may be directed to the North Carolina Office ofHistorically Underutilized Businesses at (984) 236-0103 or ubolice-doaedoancgow 1. Is Vendor al Historically Underutilized Business?0 Yes! No 2. Is Vendor certified with North Carolina as a Historically Underutilized Busines?BYes8No Ifso, state HUB classification: Signature Date Printed Name and Title 11 Request for Qualificatons (RFQ) Development of Preliminary Designs and Cost Estimates Repair or Replacement of Town! Pier Properties locateda at 4410cean Boulevard' West, Holden Beach NC for I. PURPOSE. The Town of Holden Beach ("Town"iss seeking qualified providers of Engineering, Design and Financial services to develop Classkevel 36 estimatesthat wille enable the Town tor maker repair or rebuild decisions regardingi its Pier Complex located at 441 Ocean Boulevard West, Holden Beach NC. II. BACKGROUND The Towni isar municipal corporation located in Brunswick County, North Carolina servinga community of 932y year-round residents anda a summer population exceeding fifteent thousand. The Town POMdeSOPIOHdwasNeN dspesalywater dainbvtenandsewer alatoa/-smsmisoN ung-petoadee-wAsomdaess-paice Thel Town purchased the pPier complew int the Spring of 2022. On site facilities currentlyi include ap pier house, an ocean pier, an 80 space paid parking iot, modular public restrooms, two public beacha accesses, one emergency beacha access and a six space campground with utilities. Neither the Pier nor the Pier house are opent tot the public att the present time. The pieri is65 years old andi isi inr need ofs significant repair or replacement. More detailed information about the pier including a detailed description. andi inspection reports are available ont the Town. ans-fireprotection- website at https/hbtownhall.om/proiectinfo. I. SCOPE OF WORK. The Towni is seeking to contract with aone firm or team of qualified firms having multi-faceted experience working with marine/waterfront public facility projects, but-may also considera team-oiqualified Amshchoaudindwse: subconsultants. Such experience mayi include, butis Civil Engineering with specific coastal engineering and/or marine_ design and notr necessarily limitedt to, the following: construction experience Structural Engineering Electrical Engineering Survey Environmentals Services and Permits-I Including CAMA Permitting 12 Idon'td think wec Cand dot this. P. thet task said for thep pier only. We have noto determined whavhow pier fees willl be charged, how parking playsi into it,etc. It think we could: survey surrounding piers and geta guestimate of revenue for now Further, this type of worki is normally not in an Eng Firm's wheel house, andy wev want someone tot take onu thej job. The ichard 432024 Paarfus 1213 Wel have Ward and Smitht to chase funding. Town! has been chasing pier grants fory years. This isas staff function, not one fort thec consullanc Architectural and Landscape Design Sinancial Modeling Cost Estimating Grant FuAGIAgA AGiStatIon, The exact scope ofs services required by the Town shall be set forth ina an agreement between the Town andt thes selected firm, Thes scope ofv work shali include, but not bei limited to, the following: AJ JAstructurala analysis and Ppreliminary design services for repair of the current pier structure from the pier deck thalwills supporu project cost estimating using ap phaseda approach as follows: Phasel I. Structural: Stabilization oft the existing wooden piert toi includer replacement of all 16n majoriseverely damaged piles, replacement of all fasteners, and a significant portion of the bracing, ifn not all, depending ona analysis results. Analysis may callf for additional Phase II. Safety repairs tor make the piers safet for the public, toi includel handrails and Phase III. Plumbing, electrical, mechanical: and decking replacement Phase! IV. Pier Extension of2 250 feet to restore the pier toi its original 1000 foorl length and reachs significantlyc deeper fishing waters than the current 4t08 8 foot depths reached Develop Class. 36 Ecoste estimates fore each phase anda a draft Maintenance and Repair Plan with annual life cycle cost estimates fora aj period of 30 years. The maintenance andrepair plans should takei into consideration thei implementation of_ac condition based maintenance program.s that includes periodic and posus siorm inspections ina additions to any siormd damage projections and associated damages. A Class. 3cstimatei iss developed from ap preliminary orb basic enginecring design The gngineering phase of thep proiectis 1096-4090 completed: and overview of thep proiect scopes shouldbea available alongy with thes expected timeline. Class. 3coste estimate. accuracy rangei is -209.10 +30%. Preliminary references are alsoestablished for bidding and may include drawings. diagrams.sandards. and specilications. AIB.J Preliminary design and cost estimates to construct ane entirely new wooden pier Phase 1. Develop ane identily funding mechnisens ane akterivesp preliminary designs to replace the existing 750 foot pier. Phase2. Develop die telentity fending-neet snd decd whernatives- designto extend thes piera an additional 2501 feet emnsrvet-25P-imnee extension of the "mewireplaeemene 7504 leet lenst pier Develop Eçoste estimates fore each phase anda a draft Maintenance and Repair Plan with annuall life cycle COSL estimates fora a periodo of 30y years, eTher maintenance and repair plans shouldi lake into consideration thei implementattion of aasl bracing as well. ADA access by thee existing 750f foorp pier length. Ithink wer need tod define the estimate. 13 lei implement a condition basedr maintenance program thati includes periodic and post stormi inspections ina addition to anys storm damage projections and associated damages. development iiairamestivt, priced fidhing ands sites seeing pass fees and aporion. oft thes site's parking revenue. Competitiver rate development should consider similar rates chargedby the other 4 ocean piersin. Brunswick Countyimarkera analysise eff porentiol commerciolretai foerlties that Fay besitedt e hhe propery fer each-of thee existing piert fepair eH per eptiens and phasesoutined inAané Babeve. Fimanehalbusines suificiently deralled nformation thae will enable the Towr 01 pursue (D.) Prevision andi inelusien eF estinnated ene Sfafe periermaneece MUELON es escheft the-existing pier repair and ew1 pier eptens ane Pws-ineimAamas abeve adeition ter plor plans. general assembiy drawings --X etility dragrams. equipment lisis seneral-standares and pec-icatiomstoinc-weidspee: ter Asr noted int the pier plan, thep and it's revenue ares separate pier from others site facilities. Ast they are not defined, therei is no way toestimate revenue anyway. See comments above Revenue from the operating pier shouldn notv vary significantly whether iti is repaired or replaced ICI Preparation ofa à fnancialbusin 16 dererminet poiential revenvete-eliset Si5- fof u SFE Ithink thisi Is redundant givent the class 3d definition above. ichard Paarfus 12024 220 Cticaleeipment IV. ADMINISTRATIVE REQUIREMENTS selecting firms for professional engineering services. Pursuant to North Carolina General Statute 143-64.31, the Town of Holden Beach utilizes a qualfications-based selection process without consideration of fees during the initiai phase in Interested firmsr must electronically: submit their qualifications package as a PDF document by nol later than 28 October, 2024at! 5:00 p.m, tol Heather Finnell, Town Clerk; Paper copies are not required. Ifal hard copy iss submitted, (7) copies shali be delivered tot the Holden Beach Town Hall located at 110 Rothschild Street, Holden Beach NC 28462 prior tot the Whether digital or hard copy, the subject line should contain thet firm's name and' "Statement of Qualifications for Development of Preliminary Designs and Cost Estimates for 441 Ocean Alli interested firms that have questions must direct them to the Town Clerk Heather Finnell via email no later than 14 October 2024. Any addendums will be released with answers to submitted questions with posting on the Town's website at! ta/Pwhsibwphaicen V. NOTICE TO VENDOR OF RFQ TERMS AND CONDITIONS. Itshall be the Vendor's responsibility to read allp parts and content oft this RFQ and comply with allr requirements and specifications set forthh herein. nealherchstosnhalsen. submission deadline. Boulevard' West" 14 VI. SUBMISSION REQUIREMENTS Thef following submittals must accompany the Statement of Qualifications: Afully completed: ande executed Execution page (ExhibitA A) . Statement of Financial Condition (Exhibit B) Underutilized Businesses (Exhibit C) Completed and signed Supplemental Vendor Information Historically The selection of a firm will be based on the overall qualifications as presented in the detailed Statement of Qualifiçations provided by the respondent firm(s). The presence or absence of one or more of the items listed below, except for those items required by law, shall not be completely disqualifying but shall be taken into consideration when evaluating each firm. Firm name and office location responsible. Include background of Vendor's firm including the size of thef firm, the number of years it has been inb business, total number b.K Key Project Team member qualifications, including subconsultants. Address the overall Relevant experience in design, permitting and construction administration of public facilities in North Carolina. Provide summaries of completed projects on which similar services were provided and references for those projects; each such summary and reference to include the client's and the project's name, the project description, the dollar value of the project and specific grant assistance provided/attained if applicable, and the name, title, emailaddress and telephone number oft ther reference contact. d. Statement of Qualifications shall note exceeda a maximum of 30 pages. Qualification statements should address the following: of personnel, and the number ofs staff by discipline. capabilities oft the firm relevant tot this RFQ. VII. SELECTION CRITERIA thei Holden Beach Board of Commissioners. The considerations below will be utilized for selection of the firmis). Selection will be made by [a.) Professional Expertise: The firm's recent experience, knowledge, and familiarity in designing and constructing cenducting similar projects. a.(b.) Management & Technical Expertise: The experience of the proposed Project Team in completing public projects of this nature efficiently and through administration ofr relevant grant funding. 15 [c.) tocalknowledge & Permitting -w wil bes given-te the eam-demonstsating knowledge ofthe lecal permitting precesses and C. Past Performance: Relevant project references shall be provided. The firm's ethical and professional standing and satisfactory performance under previous contracts, along with positive client relationships, will be considered. Recent experience with similar projects in coastal NC areas will be relevant. The Town will review other factors directly appliçable to the firm's qualifiçations as D Estimating Demonstrated experience in developing proiect opinions of probable cost that arereasonably close tot the proiect contractaward price, This shouldir nott beas selection criteriai in that mini- Brooks requires preference forins state fims ard Paa requirements --A reaswill-be Felevanin provided for this project. Would likeiok know what others think abourt this asa as selection criteria. VII. CONDITIONS. ANDI RESERVATIONS The Town reserves the right to request substitution of any subconsultants. The Town also reserves the right tor reject any ora allr responses to this RFQ, to waive technicalities, to advertise foranew! RFQ response, or to accept any RFQ response deemedt to be in thel best interest of the Town, The selected firm/consuitant(s) and all subconsultants may be required to submit an affidavit certifying compliance with the terms of the State of North Carolina's E-verify statute A response tot this RFQ is not to be construed: as a contract, nor does it indicate commitment of any kind. The RFQ does not commit the Town to pay for costs incurred in the submission ofa response tot this RFQ orf for any cost incurred priort to the execution ofaf final contract. Itis an absolute requirement of the Town that they project works site and work force be drug free and that associated individuals, including subcontractors, working on the project be free of prior or pending felony convictions. The qualifications statement: should includea ac commitment tot this requirement and an indication of the plan of the firm to ensure compliance with this (NCGS64-26). requirement. IX. DELIVERABLES: SCHEDULE The elements outlined in the Scope of Work and subsequently agreed to by Town and Consultant(s) will be required to be fulfilled within 90 days after execution of a mutually agreeable contract,unless: a different schedule ispresented: andi justified., Being flexible may enable usto get someone on board. Irisnota big job. andr making itarush could deter submi issions. X. CONTRACTING 16 Any contract developedi for this works shall be enforced ina accordance with the laws of the State of North Carolina. Any controversy or claim arising as ar resuit of contracting shall be settled by actioni initiated in the appropriate division of the General Court of Justice in Brunswick County, North Carolina. XI. CONFIDENTIALITY, AND PROHIBITED COMMUNICATIONS. During the evaluation period -1 from the date the responses are opened and the vendors ranked by qualifications -eachy vendor: submitting a response is prohibited from having any communications with any person inside or outside oft the Towni if the communication refers to the vendor's response or qualifications, the contents or qualifications ofa another vendor, and/or the transmittal of any other communication ofi information that couldr reasonably be considered tol have the effect of directly ori indirectly influencing the evaluation ofs submitted responses tot this RFQ. A vendor failing to comply witht this provision shalll be disqualified from beinge evaluated for this RFQ unless itiso determined, int the Town's discretion, that the communication was harmless or thati it was made without thei intent toi influence the evaluation ofv vendors undert this RFQ. Only those discussions, communication or transmittals of information authorized ori initiated by the Town or general inquiries directed tot the Town regarding the requirements oft this RFQa are excepted from this provision. XII. EQUALEMPLOYMENT OPPORTUNITY The Town of Holden Beach does not discriminate in any of its programs and activities. The Consultant(s): awarded the contract for work will be required to assure that nop person shall be deniede employment orf fair treatment, ori in any way discriminated: against ont the basis of race, sex, religion, age, national origin, or disability. XII. HISTORICALLYUNDERUTILIZED BUSINESSES. Thel Town invites and encourages participation int this procurement process by businesses owned by minorities, women, disabled individuals, disabled business enterprises, andi non- profit work centers for the blinda ands severely disabled. Inr responding tot this RFQ, vendors shall complete: and: signt the Supplemental Vendor Information- Historically Underutilized Businesses attached hereto as Exhibit C. XIV. INFORMAL COMMENTS. The Town shall not be bound byi informal explanations, instructions, ori information given ata any time by anyone on behalf oft thel Town during the evaluation process. 17 XV. COSTOFPREPARING THE RESPONSE. Any costsi incurred bya a vendor inp preparing or submitting a response are the vendor's sole responsibility and thel Town shall not reimburse any vendor for any costsi incurred inp preparing itsr response. XVI. WITHDRAWAL OF RESPONSE. Ar response tot this RFQ may be withdrawn onlyi ina a writing received byt the Town Clerk before the October. 28, 2024: submission deadline. Av withdrawal request must be on the Vendor's letterhead: and: signed by an: authorized officiald oft the Vendor. XVII. VENDOR'S REPRESENTATIONS. Vendor warrants that only qualified personnel shall provide services under any agreement resulting from this RFQ and that they shall do soi inap professional manner. As used herein, "professional manner" means that the personnel performing the services possess the skill and competence consistent with the prevailing business standards in the subject industry. Vendor warrants that ith has the financial capacity to perform and to continue to perform its obligations under any agreement resulting from this procurement process; has no actual or constructive knowledge ofa any actual or potential legal proceeding! brought or being brought against it that couldr materially adversely affectp performance ofa any such resultant agreement; andi is not prohibited bya any contract or order by any court of competent jurisdiction from enteringi into an agreement resulting from thisp procurement process. 18 EXHIBITA Execution Page Bye exeçuting this Request for Qualifications ("RFQ"), the undersigned' Vendor certifies that this response iss submitted competitively and without collusion, that none ofi its officers or directors has been convicted of any violations under Chapter 78A oft the North Carolina General Statutes (the North Carolina Securities Act), the Securities Act of 1933 ort the Securities Exchange Acto of 1934, and that itisr not ani ineligible vendor as setf forth in! N.C.G.S.61 143-59.1. As required under N.C.G.S. 51 143-48.5, the undersigned' Vendor certifies thati it, ande each of its sub-contractors, ifany, for any contract awarded as a result oft this RFQ, complies with the requirements of Article 2 of Chapter 64 oft the North Carolina General Statutes, including the requirement for each employer with more than 25 employees in! North Carolina to verify the work authorization ofise employees through the federal E-Verify system. Proposals will be evaluated tor rank the responding vendors in order oft their qualifications and competence following which the Towny will attempt to negotiate at fair and reasonable contract Thet failure to execute/sign this response prior toi itss submittal shall render the response invalid such that it will be rejected. Late responses shall not be considered. price with thel best qualified vendor. Vendor: Street Address: City, State, and Zip: Mailing Address: City, Statea and Zip: Federal IDI No. or Social Security No.: 19 Name/Title of Person Signing on Behalf of Vendor: Signer'sTelephone No.: Signer'sEmail Address: VendofsAuthorized. Signature: Signer's Mobile No.: Date: EXHIBITB Name of Vendor: The undersigned hereby certifies that [check alla applicable boxes): AVendori is ins sound! financial condition. AV Vendor has no outstanding tax orj judgment liens. employment-related. contributions. andy withholdings. MV Vendori is current in alla amounts due for payments of federal and state taxes and required h Vendori is not the subject of any current litigation or findings ofr non-compliance under AVendor has not been the subject ofa any past or current litigation or findingsi ina any past litigation whichr mayi impacti ina any way its ability top performi its obligations undera ana agreement A1 The undersigned is authorized tor make the foregoing statements on' Vendor'sb behalf. If one orr more of thet foregoing boxes is NOT checked, please set fortht the reasoni int the space federal or state law. resulting from thisp procurement process. directly below. Signature Date 20 Printed name and title EXIHIBITC Pursuant to N.C.G.S. $1 143-64.31, thel Towni invites ande encourages participation int this procurement process by businesses owned by minorities, women, disabled, disabled business enterprises, andi non-profit work centers for the blind and: severely disabled. This includes utilizing subcontractors to perform anyr required functions set forth in this RFQ. Any questions concerning NC HUB certifiçation mays be directed tot the North Carolina Office of Historically Underutilized Businesses: at (984) 236-0103 or huboffice. doa@doa.r nc gov. 1.Is Vendor al Historically Underutilized Business? AYes ANo 2.Is Vendor certified with North Carolinaasal Historically Underutilized Business? AYes ANo Ifso, state HUB classification:, Signature Date Printed Name and Title 21 22 C ommissioncr Paarfus' Clcan copy Request for Qualifications (RFQ) Development of Preliminary Designs and Cost Estimates Repair or Replacement of Town Pier Properties located at 4410cean Boulevard West, Holden Beach NC for I. PURPOSE. The Town of Holden Beach ("Town") is seeking qualified providers of Engineering, Design and Financial services to develop Class 3 estimates that will enable the Town to make repair or rebuild decisions regarding its Pier Complex located at 441 Ocean Boulevard West, Holden Beach NC. I. BACKGROUND The Town is a municipal corporation located in Brunswick County, North Carolina servinga a community of 932 year-round residents and a summer population exceeding fifteen thousand. The Town purchased the pier in the Spring of 2022. On site facilities currently include a pier house, an ocean pier, an 80 space paid parking lot, modular public restrooms, two public beach accesses, one emergency beach access and a six space campground with utilities. Neither the Pier nor the Pier house are open to the public at the present time. The pier is 65 years old and is in need of significant repair or replacement. More detailed information about the pier including a detailed description and inspection reports are available on the Town website at tps/hbtownhal.oom/project-info. III. SCOPE OF WORK. The Town is seeking to contract with a firm or team of qualified firms having multi-faceted experience working with marine/waterfront public facility projects, Such experience may include, but is not necessarily limited to, the following: Civil Engineering with specific coastal engineering and/or marine design and construction experience Structural Engineering Electrical Engineering Survey Environmental Services and Permits- - Including CAMA Permitting Architectural and Landscape Design Cost Estimating 23 The exact scope of services required by the Town shall be set forth in an agreement between the Town and the selected firm. The scope of works shalli include, but not be limited to, the following: Astructural analysis andj preliminary design services for repair of the current pier structure from the pier deck that will support project cost estimating using a phased approach as follows: Phasel I. Structural Stabilization of the existing wooden pier to include replacement of all 16 major/severely damaged piles, replacement of all fasteners, and a significant portion of the bracing, if not all, depending on analysis results. Analysis may call for additional Phase II. Safety repairs to make the pier safe for the public, to include handrails and Phase HI. Plumbing, electrical, mechanical and decking replacement bracing as well. ADAaccess Phase IV. Pier Extension of 250 feet to restore the pier to its original 1000 foot length and reach significantly deeper fishing waters than the current 4to 81 foot depths reached Develop Class 3 cost estimates for each phase and a draft Maintenance and Repair Plan with annual life cycle cost estimates for a period of 30 years. The maintenance and repair plan should take into consideration the implementation of acondition based maintenance program thati includes periodic and post storm inspections in addition to any A Class 36 estimate is developed from a preliminary or basic engineering design The engineering phase oft the project is 10%6-40% completed and overview of the project scope should be available along with the expected timeline. Class 3 cost estimate accuracy range is -20% to +30%. Preliminary references are also established for bidding and may include drawings, diagrams.standards and specifications. Phase 1. Develop P preliminary designs to replace the existing 750 foot pier. Phase 2. Develop a design to extend the pier an additional 250 feet. Develop cost estimates for each phase and a draft Maintenance and Repair Plan with annual life cycle cost estimates for a period of 30 years. The maintenance and repair plan should take into consideration the implementattion of acondition based maintenance program that includes periodic and post storm inspections in addition to any storm ompetitively priced fidhing and site seeing pass fees and a portion of the site' 's parking revenue. Competitive rate development should consider similar rates charged by the other 4 ocean piers in by the existing 750 foot pier length. storm damage projections and associated damages. A.B.] Preliminary design and cost estimates to construct an entirely new wooden pier damage projections and associated damages. Brunswick Countyi 24 IV. ADMINISTRATIVE REQUIREMENTS Pursuant to North Carolina General Statute 143-64.31, the Town of Holden Beach utilizes a qualfications-based selection process without consideration of fees during the initial phase in Interested firms must electronically: submit their qualifications package as a PDF document by selecting firms for OMeeneRgEnes no later than 28 October, 2024 at 5:00 p.m, to Heather Finnell, Town Clerk; eaherehstowphallcom. Paper copies are not required. If a hard copy is submitted, (7) copies shall be delivered to the Holden Beach Town Hall located at 110 Rothschild Street, Holden Beach NÇ 28462 prior to the Whether digital or hard copy, the subject line should contain the firm's name and "Statement of Qualifications for Development of Preliminary Designs and Cost Estimates for 441 Ocean All interested firms that have questions must direct them to the Town Clerk Heather Finnell via email no later than 14 October 2024. Any addendums will be released with answers to submitted questions with posting on the Town's website at nttps:l/www.hbtownhall.com, submission deadline. Boulevard West" V. NOTICE TO VENDOR OF RFQTERMS AND CONDITIONS. Its shall be the Vendor's responsibility to read all parts and content of this RFQ and comply with allr requirements and specifications set forth herein. VI. SUBMISSION REQUIREMENTS The following submittals must accompany the Statement of Qualifications: a. Afully completed and executed Execution page (Exhibit A) 0. Statement of Financial Condition (Exhibit B) Underutilized Businesses (Exhibit C) Completed and signed Supplemental Vendor Information - Historically The selection of a firm will be based on the overail qualifications as presented in the detailed Statement of Qualifications provided by the respondent firm(s). The presence or absence of one or more of the items listed below, except for those items required by law, shall not be completely disqualifying but shall be taken into consideration when evaluating each firm. Qualification statements should address the following: 25 a. Firm name and office location responsible. Include background of Vendor's firm including the size of the firm, the number of years it has been in business, total number b.K Key Project Team member qualifications, including subconsultants. Address the overall ofpersonnel, and the number ofs staff by discipline. capabilities of the firm relevant to this RFQ. Relevant experience in design, permitting and construction administration of public facilities in North Carolina. Provide summaries of completed projects on which similar services were provided and references for those projects; each such summary and reference to include the client's and the project's name, the project description, the dollar value of the project and specific grant assistance provided/attained if applicable, and ther name, title, email address and telephone number of the reference contact. d. Statement of Qualifications shall not exceed a maximum of 30 pages. VII. SELECTION CRITERIA The considerations below will be utilized for selection of the firm(s). Selection will be made by the Holden Beach Board of Commissioners. Professional Expertise: The firm's recent experience, knowledge, and familiarity a.(b.) Management & Technical Expertise: The experience of the proposed Project Team in completing public projects of this nature efficiently and through in designing and constructing similar projects. administration of relevant grant funding. C.Past Performance: Relevant project references shall be provided. The firm's ethical and professional standing and satisfactory performance under previous contracts, along with positive client relationships, will be considered. Recent experience with similar projects in coastal NC areas will be relevant. The Town will review other factors directly applicable to the firm's qualifications as D - Estimating: Demonstrated experience in developing project opinions of probable cost that are reasonably close to the project contract award price. provided for this project. 26 VIII. CONDITIONS AND RESERVATIONS The Town reserves the right to request substitution of any subconsultants. The Town also reserves the right to reject any or all responses to this RFQ, to waive technicalities, to advertise for a new RFQresponse, or to accept any RFQ response deemed to be in the besti interest of the Town. The selected firm/consultant(s) and all subconsultants may be required to submit an affidavit certifying compliance with the terms of the State of North Carolina's E-verify statute Ar response to this RFQ is not to be construed as a contract, nor does it indiçate commitment of any kind. The RFQ does not commit the Town to pay for costs incurred in the submission of a response to this RFQ or for any costi incurred prior to the execution of a final contract. Itis an absolute requirement of the Town that the project work site and work force be drug free and that associated individuals, including subcontractors, working on the project be free of prior or pending felony convictions. The qualifications statement should include a commitment to this requirement and an indication of the plan of the firm to ensure compliance with this (NCGS6 64-26). requirement. IX. DELIVERABLES SCHEDULE The elements outlined in the Scope of Work and subsequently agreed to by Town and Consultant(s) will be required to be fulfilled within 90 days after execution of a mutually agreeable contract, unless a different schedule is presented and justified. X. CONTRACTING Any contract developed for this work shall be enforced in accordance with the laws of the State of North Carolina. Any controversy or claim arising as a result of contracting shall be settled by action initiated in the appropriate division of the General Court of. Justice in Brunswick County, North Carolina. XI. CONFIDENTIALITY AND PROHIBITED COMMUNICATIONS. During the evaluation period -t from the date the responses are opened and the vendors ranked by qualifications - each vendor submitting a response is prohibited from having any communications with any person inside or outside oft the Townif the communication refers to the vendor's response or qualifications, the contents or qualifications of another vendor, and/or the transmittal of any other communication ofi information that could reasonably be considered to have the effect of directly or indirectly influencing the evaluation of submitted responses to this RFQ. A vendor failing to comply with this provision shall be disqualified from being evaluated for this RFQ unless it is determined, in the Town's discretion, that the communication was harmless or that it was made without the intent to influence the evaluation of vendors under this RFQ. Only those discussions, communication or transmittals of 27 information authorized ori initiated by the Town or general inquiries directed to the Town regarding the requirements of this RFQ are excepted from this provision. XII. EQUALEMPLOYMENT OPPORTUNITY The Town of Holden Beach does not discriminate in any of its programs and activities. The Consultant(s) awarded the contract for work will be required to assure that no person shall be denied employment or fair treatment, or in any way discriminated against on the basis of race, sex, religion, age, national origin, or disability. XIH. HISTORIÇALLY UNDERUTILIZED BUSINESSES. The Town invites and encourages participation in this procurement process by businesses owned by minorities, women, disabled individuals, disabled business enterprises, and non- profit work centers for the blind and: severely disabled. In responding to this RFQ, vendors shall complete and sign the Supplemental Vendor Information 1-H Historically Underutilized Businesses attached hereto as Exhibit C. XIV. INFORMAL COMMENTS. The Town shall not be bound byi informal explanations, instructions, or information given at any time by anyone on behalf of the Town during the evaluation process. XV. COST OFP PREPARING THE RESPONSE. Any costs incurred by a vendor in preparing or submitting a response are the vendor's sole responsibility and the Town shall not reimburse any vendor for any costs incurred in preparing its response. XVI. WITHDRAWAL OF RESPONSE. Aresponse to this RFQ may be withdrawn only in a writing received by the Town Clerk before the October 28, 2024: submission deadline. A withdrawal request must be on the Vendor's letterhead and signed by an authorized official of the Vendor. XVII. VENDOR'S REPRESENTATIONS. a. Vendor warrants that only qualified personnel shall provide services under any agreement resulting from this RFQ and that they shall do soi in a professional manner. As used herein, "professional manner" means that the personnel 28 performing the services possess the skill and competence consistent with the b. Vendor warrants that it has the financial capacity to perform and to continue to perform its obligations under any agreement resulting from this procurement process; has no actual or constructive knowledge of any actual or potential legal proceeding brought or being brought against it that could materially adversely affect performance of any such resultant agreement; and is not prohibited by any contract or order by any court of competent jurisdiction from entering into an prevailing business standards in the subject industry. agreement resulting from this procurement process. 29 EXHIBIT A Execution Page By executing this Request for Qualifications ("RFQ"), the undersigned Vendor certifies thatthis response is submitted competitively and without collusion, that none ofi its officers or directors has been convicted of any violations under Chapter 78A of the North Carolina General Statutes (the North Carolina Securities Act), the Securities Act of 1933 or the Securities Exchange Act of 1934, and that it is not an ineligible vendor as set forth in N.C.G.S. $1 143-59.1. As required under N.C.G.S. S 143-48.5, the undersigned Vendor certifies that it, and each ofi its sub-contractors, if any, for any contract awarded as a result oft this RFQ, complies with the requirements of Article 2 of Chapter 64 of the North Carolina General Statutes, including the requirement for each employer with more than 25 employees in North Carolina to verify the Proposals will be evaluated to rank the responding vendors in order of their qualifications and competence following which the Town will attempt to negotiate at fair and reasonable contract The failure to execute/sign this response prior toi its submittal shall render the response invalid such that it will be rejected. Late responses shall not be considered. work authorization ofi is employees through the federal E-Verify system. price with thel best qualified vendor. Vendor: Street Address: City, State, and Zip: Mailing Address: City, State and Zip: Federal IDI No. or Social Security No.: Name/Title of Person Signing on Behalf of Vendor: Signer's Telephone No.: Signer's Email Address: Vendor's Authorized Signature: Signer's Mobile No.: Date: 30 EXHIBITI B Name of Vendor: The undersigned hereby certifies that [check all applicable boxes): hVendori isi in sound financial condition. hVendor has no outstanding tax or judgment liens. employment-related contributions and withholdings. h Vendor is current in all amounts due for payments oft federal and state taxes and required hv Vendor is not the subject of any current litigation or findings of non-compliance under h Vendor has not been the subject of any past or current litigation or findings in any past litigation which may impact in any' way its ability to perform its obligations under an agreement h The undersigned is authorized to make the foregoing statements on Vendor's behalf. Ifone or more of the foregoing boxes is NOT checked, please set forth the reason in the space federal or state law. resulting from this procurement process. directly below. Signature. Date Printed name and title 31 EXIHIBIT C Pursuant to N.C.G.S. 51 143-64.31, the Town invites and encourages participation in this procurement process by businesses owned by minorities, women, disabled, disabled business enterprises, and non-profit work centers for the blind and severely disabled. This includes utilizing subcontractors to perform any required functions set forth in this RFQ. Any questions concerning NC HUB certihication may be directed to the North Carolina Office of Historically Underutilized Businesses at (984) 236-0103 or uboltc.doaedoancgow 1.Is Vendor a Historically Underutilized Business? KYes ANo 2. IsV Vendor certified with North Carolina as al Historically Underutilized Business? hYes ANo Ifso, state HUB classification: Signature Date Printed Name and Title 32 Sunset Beach Pier- Sunset Beach, North C'aralina- -910-579-6630 https: wwW: unsetbeachpier.com fishing! html Fkhing Srenic Outlock . Convenience Store BHirds Restrnom; Tackie Shop Cifts and Souvenirs. Rar and GriR. Beain Parking hest histortc weathered ptavls and pilings PYovide fishermen and famtlies aliktwith staside ewories for years to cowC Sunset Beach Pier 54 Broch, Jortn Carolina wome History Trophywalll Crilll Menu Directions Map photo Galleryl Sunset Pier Branded items Tours facebock Fishing at it's Best The Tides: View Tgals ChartsHere Pier Fishing and Access Fees: Reguiai Kng Husbard RWife walk Fee 51 pers pesonyper acress walkAiDay S3gerp Darson "Sesson Fsrng Pasies nclute tres user oft twor rodsf fcr the pass holler as welas; parkry rthep peri lot. The nustana and wfes season pass nuknles lbstwy arviegesfort octh wti cne paisry Dass CalyPass 510-1rod $225.00 515-2rods 516/setup $275.00 N/A Seascn Pass* $337.50 We offer tne opportunity fer /ou tc catcn aws de Daily Fishing variety c fiah. Our must popular dre Floundes Spanish, Trout. wnsing, Black & Red Drum, Sheep Head, Pempare Spade. Bives, Kinga and thel locais Here Our knowlecqeaole staff :ant heip cu fnd angrigthe tackle necossary to catcht tna" "fish tyses tna: are runnng We a'so Cary alltypes ofbat in our Bais Vew 24r LIVE lackie.shep we offer LIVE bait when av3 aoie Pier Cam' ncuding mud minnows and shrimp Annual Season Pass Fishing Contest This year it could be youllfy vou catch te argest fish in snecitae four ategones /ou win a Season Pass! for nest yoar anibe includes ond our Tropny. walr More info gn this year's contestus Report favorite, SPOT 3Dav Pdas 5Day Pas5 $27 $15 540 $70 canser and pw only davs are 1541 520 Ceresit isefor per $20 Depxisti fiakend off pver Racuar King 1453Av payses ale tnes se er md Passes Rentals Roc Renta 510 par Jaz pids Jeposit" Bait: Visss ovE Bait 8 Tackle SheR: page Wer rave LIVE2aE 105196030 Lof2 9232024.121PM 33 Ocean Isle Pier Prices Daily Weekly Season Beach Parking Price $10 $10 $20 $2 $50 $200 $200 $225 2Rod Fishing Season Pass* 3R Rod Fishing Season Pass" Fishing and 1 Rental Pole Walking: Pier Access $25 deposit refund TBA Pier Fishing 101 Class 21 hours-equipment incl." $30 $1.00 Age 3 -6 & Under 31 free AHl Fishermen have access to entire pier. 34 FISHING OCEANCREST FEES YEARLY BOTTOM FISHING PASS- : $260.00 YEARLY SENIOR BOTTOM FISHING PASS-S $235.00 YEARLY COUPLES BOTTOM FISHING PASS $360.00 YEARLY SENIOR COUPLES BOTTOM FISHING PASS-S $355.00 YEARLY KING PASS-$ $340 YEARLY SENIOR KING PASS - $320 YEARLY COUPLES KING PASS-S $530 YEARLY SENIOR COUPLES KING PASS- - $505 (PRICES ARE SUBJECT TO CHANGE WITHOUT NOTICE) CREST OCEAN OFPIERS KINGI 2024 35 Facebook anc / CCEANCREST FEES 1-ROD=$14.00 2-RODS:S17.00 ROSENOAMITAr-SASN 2-RODS SENORAMILTARY-SI600 KIDS 5YR1 T09YRSOLD+$7.00 0S101015PREQD-SID.0 KING- $18 SENIOR KING $17 RODR RENTALS+S10.00 + $20.00 CASH DEPOSIT AND THE PURCHASE OF, BAIT: FROZEN SHRIMP, SQUID, CUT MUALET, FINGER MULLET AND SANDI RESTRING ROD RENTAL * $5.00 NO FISHING LICENSE REQUIRED TO FISH ON THE PIER PRICES ARE PERI PERSONPRICES D0 NOTI INCLUDE TAXES. PRICES ARE PER DAY AND ARE SUBJECT TO CHANGE WITHOUT NOTICE. 2024 36 Town of TOakislandn Al Place to Coast" North Carolina OAK ISLANDI PIER ABOVE THE REET $250.00 $350.00 $225.00 $325.00 $200.00 $300.00 $360,00 $340.00 $320.00 Oak Island Fishing Pier Fees Pier Walking Fee AlI Day NOTE: 3Day Pass Bottom (1 Rod) Bottom (2 Rod) Senior (1 Rod) Senior (2 Rod) Military (1 Rod) Military (2 Rod) King Senior Military 5Day Pass Bottom (1 Rod) Bottom (2 Rod) Senior Senior (2 Rod) Military (1 Rod) Military (2 Rod) Senior Military 7Day Pass Bottom (1R Rod) Bottom (2 Rod) Senior Senior (2 Rod) Military (1 Rod) Military (2 Rod) King Senior Military Season Pass Free $27.00 Bottom (1 Rod) $39.00 Bottom (2 Rod) $24.00 Senior (1Rod) $36.00 Senior (2 Rod) $21.00 Military (1 Rod) $33.00 Military (2 Rod) $51.00 $48.00 King Pass $45.00 Senior King Pass Senior rate persons aged 55 and older Military rate all retired and active service. Daily Pass Bottom Fishing One Rod Two Rods Senior 1 Rod Senior 2 Rods Military (1 Rod) Military (2 Rod) King "Tee" Pass King Pass (Minimum A Senior King Pass Military King Pass Season Pass Military King Pass Season Pass $10.00 $14.00 $9.00 $13.00 $8.00 $12.00 $18.00 $17.00 $15.00 $45.00 $65.00 Couples Bottom Pass (1 $525.00 $40.00 Couples Senior Bottom $487.50 $60.00 Couples Military Bottol $450.00 $55.00 Couples King Pass $35.00 $540.00 Couples Senior King Pa $510.00 12 and under kids 1/2 price with paying adult King $85.00 Couples Military King A $480.00 $80.00 $75.00 Rod Rental Rod Deposit* $10.00 $25.00 Season Pass Parent Child* (Bottor $312.50 Parent Child* (King) $450.00 "Deposit must be placed on Credit Card $63.00 hild 18 years and youri $91.00 $56.00 $84.00 $49.00 $77.00 $119.00 $112.00 $105.00