Request for Proposals - Four Mounds Park Ecological Restoration Project Copyrighted
March 4, 2019
City of Dubuque Consent Items # 19.
ITEM TITLE: Requestfor Proposals - Four Mounds Park Ecological
Restoration Project
SUMMARY: City Manager recommending approval of the Requestfor
Proposals for qualified consulting services for Phase 1
Permitting and I mplementation of Ecological Restoration
Plan and Interpretation Plans for Four Mounds Park.
SUGGESTED DISPOSITION: Suggested Disposition: Receiveand File;Approve
ATTACHMENTS:
Description Type
Four Mounds Park Ecological Restoration RFP-MVM City Manager Memo
Memo
Staff memo Staff Memo
RFP Staff Memo
THE CITY OF Dubuque
�
AIFA�erlwGh
UB E '�� III►
Masterpiece on the Mississippi Z°°'�w'2
7A13 2017
TO: The Honorable Mayor and City Council Members
FROM: Michael C. Van Milligen, City Manager
SUBJECT: Request for Proposals for Four Mounds Park Ecological Restoration Plan
DATE: February 27, 2019
Planning Services Manager Laura Carstens recommends City Council approval of the
Request for Proposals for qualified consulting services for Phase 1 Permitting and
Implementation of Ecological Restoration Plan and Interpretation Plans for Four Mounds
Park. The estimated cost of$150,000 for this project will be covered 100°k by the
REAP grant awarded to the City of Dubuque for Four Mounds Park in October of 2018.
I concur with the recommendation and respectfully request Mayor and City Council
approval.
�1.� ��, i�,�
Mic ael C. Van Milligen �� �
MCVM:jh
Attachment
cc: Crenna Brumwell, City Attorney
Teri Goodmann, Assistant City Manager
Cori Burbach, Assistant City Manager
Laura Carstens, Planning Services Manager
THE CITY OF Dubuque
DUB E ui.�e
�I�I.f:l,�
Masterpiece on the Mississippi Z°°''�'z
20�3�1A1�
TO: Michael C. Van Milligen, City Manager
FROM: Laura Garstens, Planning Services Manager `��%
SUBJECT: Request for Proposals for Four Mounds Park Ecological Restoration
Plan
DATE: February 27, 2019
INTRODUCTION
This memo transmits for City Council approval, the recommended Request for
Proposals (RFP) for qualified consulting services for Phase 1 Permitting and
Implementation of Ecological Restoration Plan (ERP) and Interpretation Plans for Four
Mounds Park. One funding source is being used for this project: lowa Department of
Natural Resources (IDNR) Resource Enhancement and Protection (REAP) grant. The
RFP and supplemental documents are enclosed.
BACKGROUND
Four Mounds Park is a public park owned by the City of Dubuque. It is located at 4900
Peru Road on the north end of the City of Dubuque along the Mississippi River. As the
last remaining intact gentleman's farm in lowa, Four Mounds Park is 60 acres of
Mississippi River bluffland rich in history and natural resources while providing
community-building, local foods, and youth service programming to thousands of
Dubuque residents every year.
The City of Dubuque leases Four Mounds Park to the Four Mounds Foundation with a
49-year lease that runs until 2037. The Foundation was founded as a not-for-profit
organization in 1987 for managing and stewarding Four Mounds Park.
Four Mounds Park provides a spectacular experience for residents and visitors to
eastern lowa. The park's unbelievable views of the Mississippi River, unique history,
archeology and architecture give it national significance. Over time, Four Mounds Park's
green space and natural wooded areas have experienced erosion and sediment loss.
Increasing numbers of invasive plant species have added to the stormwater
management issues on the park's rolling and sometimes rugged terrain.
Four Mounds Foundation retained Prudenterra in 2018 to prepare a Woodlands and
Prairie Land Management Plan. The plan divides the park in 11 Ecological Management
Zones, with 24 total subzones. The 2019 ERP plan serves as the principle guide for the
ecological restoration portion of the REAP project.
DISCUSSION
The 2019 Four Mounds Park ERP outlines the implementation of environmental
restoration, erosion control, and stormwater management best practices. These
improvements include restoration of native plants to improve the health of the
ecosystem and enhance ecological functions such as water purification, groundwater
recharge and pollinator support.
Other major focus areas are: reduction of stormwater runoff using stormwater best
practices to reduce soil erosion and "other urban pollutants" to improve water quality;
undertaking a botanical survey; development and installation of three interpretive signs
for the project area; and update of the ERP.
It is anticipated that the timeframe for the project will be through September 30, 2020 to
allow the City of Dubuque and Consultant time to review the project results during the
last quarter of 2020. The grant officially ends date is December 31 , 2020.
The Project will be managed by the selected Consultant under the general direction and
coordination of the City's Leisure Services Department with support from the Planning
Services Department and Four Mounds staff as authorized by the City Council.
With approval of the enclosed Request for Proposals, the City of Dubuque would solicit
competitive proposals from qualified consultants to undertake Phase 1 Permitting and
Implementation of the Four Mounds Park ERP.
BUDGETIMPACT
The estimated cost of$150,000 for this project would be covered 100% by the $200,000
REAP grant awarded to the City of Dubuque for Four Mounds Park in October of 2018.
The remaining $50,000 in REAP funds is for hard surface paving for improved vehicular
and pedestrian access at Four Mounds Park in accordance with the approved grant.
There is no direct cost to the City for the Phase 1 Permitting and Implementation of the
Four Mounds Park ERP.
REQUESTED ACTION
The requested action is for the City Council to approve the Request for Proposals for
the Phase 1 Permitting and Implementation of the Four Mounds Park ERP.
Enclosures
cc:
Marie Ware, Leisure Services Manager
Stephen Fehsal, Park Division Manager
Christine Happ Olson, Assistant Planner
F:\Users\Colson\Grants\2019 FY-REAP Four Mounds\RFP\Memo MVM Four Mounds Park RFP.doc
2
REQUEST FOR PROPOSAL (RFP)
THE CITY OF ISSUE DATE: March 6, 2019
DT T� � CONTACT: Chris Olson, Planning Services
U PHONE NO: 563-589-4210
FAX NO: 563-589-4221
�/ICtStCI'�lECE Ori t)1C IVI7SS1SSIppi EMAIL: colson@cityofdubuque.org
SUBMIT PROPOSAL/OFFER PRIOR TO: SUBMIT T0:
CLOSING DATE: April 3, 2018 SEE Section 8.0
CLOSING TIME: 12:00 P.M. local time FAX/EMAIL NOTACCEPTED
DESCRIPTION:
FOUR MOUNDS PARK ECOLOGICAL RESTORATION PLAN (ERP)
Phase I Permitting and Implementation of Four Mounds Park ERP
RECEIPT OF PROPOSAL ACKNOWLEDGEMENT
� If you are considering a response to this RFP, please mark the box to
the left, fill in the information below and return this sheet as a confirmation
that you received this RFP.
NO RESPONSE REPLY
� If you do not want to respond to this RFP at this time, please mark the
box to the left, fill in the information below and return this sheet only.
COMPANY NAME: DATE:
MAILING ADDRESS:
CITY/STATE: ZIP CODE:
AUTHORIZED SIGNATURE:
PRINTED NAME: ;
I
�
TITLE OF AUTHORIZED REPRESENTATIVE: '
EMAIL: PHONE:
CI�TY OF DUBUQUE !
LEISURE SERVICES '
i
DEPARTMEI`IT
�I
REQUEST FOR PROPOSAL I'I
� �..� r� �?!. a - r
� .�wf '• .�
�
r '� � �\�
e 'u. . . . ,. �"s :.�: . -
� � ��\
� - iA n �A. 'R.
3 ~�i..._._ . ,i. - i`
l�rl,��Y � '�i' 'y:r� .���a� _ �
}f T . 'T L w��
�+�` - r
- �. '+C. ' C i 14 t ���^�. t�. '� �� �- °.
7 '4�'�'♦ � �.� ��i ��5: ��� R�`���'. d '
� J, � -♦>�p
� ` y p,�• x'!�„iF�r%lj ,''R � �����, ::' _d <� 7 : \l
,\ �.� R :- b /. y1`X�'1- g � � t �% \
L � � � � - ls y :;`�� 4Y ,{�-. .ts ��,\�.(.����"'� � 1�� �
`x ' \ 1 ; r`t �; �Y.�1 r l " t as / :h�. `+f\' ._� �
~ ��f �,�,`��".ry a �
� ` �;� � +�'�� n�� ♦ , t v� ,��_r � �. � �.'�4 � " .
Yf 2F ��Y ' `t , � ` �j 5 ' 1 �� ;��'tf i �
` � � , .� r . � ;�. `h°=� " �w �`'�y� 1
^E, r . 1}�"
y }F ti i.., rl � r �iSJ�.�' 1 ♦ lkpt<.��'�{`isT .
�.s�� ��� '. �t _� � � ` ; � . .. , � a �.
i. r f`. � . r `{.
_. a�:. �� •`a 3,,,`'si1 i r.,"r' '`�i #'';� � c- . - .,
� J
� '� � �' �-. �r y�' -.,'x x' 1 i'-7 '4 '.�: '`, . 1 � c ��-'
� ' �� t ;4 �_'�..;� � �. f s..� �i � `.
\ �, ��., ��,.
,
. ,� �. y d- +_t � � ,� �4ry� � yy�G�.4"i"�
� ..�.1��- � _ . AF' y' � �� �1� r5. ��� !� *.`�, ^ � ��.
y y
_ � , � • i t r'�°zi,:... � -�.:i "- . S
a'x ���t\ S :f 7f 't �' r ; � . � � J . _ ':.-t'S j.
�
��! .�\ .'. � i k - � - .. .,�FA �,^.
� - - -� % �' _ , ° ` , :. r <,` _ . . � ,�
; � - -� -.. f";.
Four Mounds Park Ecological Restoration Plan (ERP)
Phase I Permitting and Implementation of Four Mounds Park ERP
City of Dubuque, lowa
March 6, 2019
Page 2 of 27
i
RFP ORGANIZATION
Four Mounds Park Ecological Restoration Plan (ERP)
Phase I Permitting and Implementation of Four Mounds Park ERP
City of Dubuque, lowa
March 6, 2019
Table of Contents :
SECTION PAGE
1.0 I ntrod uction.................................................................. 4
2.0 Project Objectives......................................................... 4
3.0 Community Background.................................................. 6
4.0 Project Scope of Services............................................... 6
5.0 Use of City Resources.................................................... 8
6.0 Information to be Included in the Proposal.......................... 9
7.0 Proposal Question and Answers....................................... 11
8.0 Submission Requirements............................................... 12
Appendix A Consultant Evaluation Selection Process........................... 14
Appendix B RFP Rules and Protest Procedure.................................. 18
Appendix C City of Dubuque Contract Terms and Conditions................. 20
Appendix D Insurance Requirements................................................. 23
Appendix E Project Related Data..................................................... 27
Page 3 of 27
THE CITY OF
Four Mounds Park DU]�j E
ECologiCal Restoration Plan (ERP) Masterpiece on the Mississippi
Phase I Permitting and Implementation
of Four Mounds Park ERP
City of Dubuque, lowa
Consu/tant Professional Services
Request for Proposal
March 6, 2019
1.0 INTRODUCTION
The City of Dubuque, lowa is soliciting competitive sealed proposals from qualified
professional consulting firms to secure permits and implement the Ecological Restoration
Plan (ERP) and Interpretation Plans for the Four Mounds Park. These improvements include
restoration of native plants to improve the health of the ecosystem and enhance ecological
functions such as water purification, groundwater recharge and pollinator support. Other
major focus areas are: reduction of stormwater runoff using stormwater best practices to
reduce soil erosion and "other urban pollutants" to improve water quality; undertaking a
botanical survey; development and installation of three interpretive signs for the project area;
and update of the ERP. The consultant will be required to perform all construction
management, testing, monitoring and survey for this project.
An ERP for Four Mounds Park was created by Prudenterra and adopted in February 2019.
This plan is 9ncluded in the RFP. A link to the sharefile where the RFP, the ERP, and
related documents is posted on the City of Dubuque website on the Parks homepage at
www.citvofd u bupue.orq/Parks.
2.0 PROJECT OBJECTIVES
The City of Dubuque is seeking a qualified Consultant to undertake Phase 1 permitting and
implementation of the Four Mounds Park ERP. The 2019 Four Mounds Park ERP outlines
the implementation of environmental restoration, erosion control, and stormwater
management best practices. Surveys, plan updates, monitoring and interpretive signage
implementation is also a part of the project. One funding source is being used for this project:
lowa Department of Natural Resources (IDNR) Resource Enhancement and Protection
(REAP) grant.
Four Mounds Park is a 60-acre public park owned by the City of Dubuque. It is located at
4900 Peru Road on the north end of the City of Dubuque along the Mississippi River, in
Dubuque County. As the last remaining intact gentleman's farm in lowa, Four Mounds Park is I
Page 4 of 27
60 acres of Mississippi River bluffland rich in history and natural resources while providing
community-building, local foods, and youth service programming to thousands of Dubuque
residents every year. The City of Dubuque leases Four Mounds Park to the Four Mounds
Foundation with a 49-year lease that runs until 2037. The Foundation was founded as a not-
for-profit organization in 1987 for managing and stewarding Four Mounds Park.
The Four Mounds Estate consists of bluffland along the Mississippi River, cultured grounds,
historic gardens, woodlands, prairie, and rare oak savanna. The 17 buildings that make up
the estate were residential, farm, recreational and support structures for the site.
Four Mounds Foundation operates an Inn and Conference Center to foster organizational
sustainability. Four Mounds Park is visited by 25,000 people from across the state every year
including over 100 schools and organizations, plus day visitors to the trails for passive
enjoyment of the historic site and natural areas.
Four Mounds Park provides a spectacular experience for residents and visitors to eastern
lowa. The park's unbelievable views of the Mississippi River, unique history, archeology and
architecture give it national significance. Over time, Four Mounds Park's green space and
natural wooded areas have experienced erosion and sediment loss. Increasing numbers of
invasive plant species have added to the stormwater management issues on the park's
rolling and sometimes rugged terrain.
Since 2013, Four Mounds Foundation has leveraged US Fish & Wildlife Service funding and
technical assistance to create and begin implementing the Four Mounds Ecological
Restoration Plan. Four Mounds Foundation has restored natural areas across the site in the
last five years. Over the past two years, the Foundation opened approximately 12 acres (in
process restoration to the original savanna) through the removal of invasive species and non-
native species (choking bittersweet, honeysuckle and buckthorn, among others) that
previously made these natural areas inaccessible. The continued reduction of these invasive
species and maintenance (forest mowing, burning) are promoting better ground absorption
and reduction of site runoff.
Four Mounds Foundation retained Prudenterra in 2018 to prepare a Woodlands and Prairie
Lar�u ivia�iayemenc Fian. i ne pian divides ine park in �i i Ecoiogicai ivianagement Lones, with
24 total subzones. The 2019 ERP plan serves as the principle guide for the ecological
restoration portion of the REAP project.
Appendix E includes Project Related Data:
1. The project budget
2. Excerpt from the IDNR REAP Grant application for Four Mounds Park
3. 2019 Ecological Restoration Plan developed by Prudenterra
4. Suggested Timeline Overview
It is anticipated that the timeframe for the project will be through September 30, 2020 to allow
the City of Dubuque and Consultant time to review the project results during the last quarter
of 2020. The grant officially ends date is December 31, 2020.
The Project will be managed by the selected Consultant under the general direction and
coordination of the City's Leisure Services Department with support from the Planning
Services Department and Four Mounds staff as authorized by the City Council.
Page 5 of 27
il
3.0 COMMUNITY BACKGROUND
The city of Dubuque is located on the Mississippi River in northeastern lowa, adjacent to I
Illinois and Wisconsin. As lowa's oldest city, Dubuque is a community well known for its
historic and architectural beauty. The city is over 30 square miles in area, with a population of
nearly 60,000 persons. The community has a stable and diversified manufacturing base and
a growing service sector. Dubuque is the major retail, medical, education and employment
center for the tri-state area. Tourism continues to be a major economic force in the
community.
The City of Dubuque is governed by an elected Mayor and City Council and managed by a I
City Manager. The City funds a full range of municipal services. City government works in i
collaboration with the private and non-profit sectors to promote economic development and I
sustainability. Sustainability and downtown, neighborhood, and riverfront planning and '
revitalization are long-standing priorities of the City Council. The City's website is �
www.citvofdubuque.orq. The City Council goals and priorities are available online at
www.citvofd ubuque.orq/councilqoals.
4.0 PROJECT SCOPE OF SERVICES
The following outline represents the minimum components for performing the design
services.
In preparing a response to this RFP, the Consultant should describe the means or strategy by
which they would satisfy the scope of services. The final scope of work will be negotiated with
the selected Consultant(s). The City will evaluate submitted proposals and award contracts
to selected Consultant(s) based on the best proposed solution to each individual section
listed below. One bidding set of construction documents will be prepared for the project.
Project Scope includes:
. Implement ERP
• Undertake Botanist Survey
• Corripose, design, fabricate and install Interpretive Signage, with assistance
from Four Mounds Foundation
• Monitor and update the ERP, nearing the project close
The City of Dubuque encourages the use of sustainable principles and best management
practices in implementation of the ERP.
4.1 — Project Management & Accounting I
4.1 .1 The Consultant shall identify one person to serve as the Project Manager for this
project. The Project Manager shall be the leader of this effort and is expected to
ensure that the project scope, schedule and budget are being adhered to at all times
for the duration of the project. Additionally, the Project Manager shall serve as the
primary point of contact for all exchange of information between the City and the
Consultant.
4.6.2 Process all payment requests for the project. Maintain the budget for the project.
Provide bi-weekly budget status updates to City of Dubuque Leisure Services.
Page 6 of 27
4.2 — Project Manager Deliverables
The following is a list of requirements that shall be provided throughout the design
services.
4.2.1 The Project Manager shall submit an updated electronic copy of the project schedule
on the first Tuesday of each month.
4.2.2 The Project Manager shall submit the project progress report on the first Tuesday of
each month. The summary shall be submitted electronically and be less than a single
page in length.
4.3 — TASK 1 — Implementation and Construction Management of ERP
4.3.1 Implement the goals of the ERP throughout the project term, providing full
management responsibility for the planning, schedule, implementation and monitoring
of the ERP. Follow recommendations in Phase I of the ERP, outlined in the Project
Budget.
4.4— TASK 2 — Undertake Botanist Survey
4.4.1 Undertake a comprehensive Botanist Survey of the Four Mounds Park.
4.1.2 Include survey results in the updated ERP (TASK 4).
4.5 - TASK 3 — Compose, design, fabricate and install Interpretive Signage
4.5.1 Work with Four Mounds staff on the development of three 2' x 3' exterior wayside
interpretive panel signs. The three different sign themes are: Prairie, Oak Savanna,
and the Upper Mississippi.
4.5.2 Four Mounds staff shall develop all sign content for all three signs, and shall layout the
content and provide design, following the Silos & Smokestacks National Heritage Area
(SSNHA) Graphic Standards for interpretive signs.
4.5.3 The Consultant shall provide services for fabrication and installation of the three signs,
following the SSNHA Graphic Standards for interpretive signs.
4.5.4 Four Mounds staff and the Consultant shall coordinate with SSNHA's Graphic Design !
Committee to coordinate review and approval of signs. j
4.5.5 Graphic and fabrication standards set by SSNHA are available bv download or by
contacting Candy Streed, Director of Partnerships, at SSNHA at 319-234-4567 or
cstreed(cD.silosandsmokestacks.orq.
4.6 - TASK 4 — At close of project, Update the ERP
Page 7 of 27
4.6.1 Utilizing project monitoring data, botanist survey, and project knowledge to update the
ERP during the second to last project quarter, from July 1 , 2020 through October 31 S�
2020.
4.6.2 Work with Four Mounds Conservation Manager on the identification of trees for
removal and inclusion in the ERP.
4.6.3 Supply all records to the City upon completion of the project.
4.6 — Project Coordination and Communication
4.6.1 Coordinate with any private (with Four Mounds Conservation Manager) or public
utilities involved on the project to avoid damage or disruption.
4.6.2 Administer any change orders that may come up in the project. All change orders need
approval of Leisure Services Department prior to executing the change order.
4.6.3 Maintain all records for the project. Provide a copy of all records to the Leisure
Services Department.
4.6.4 Coordination with City Staff: The consultant will participate in multiple coordination
meetings with the Leisure Services and Planning Services Departments of the City of
Dubuque ta review preliminary plans and final plans.
4.6.5 Miscellaneous Coordination: Coordinate additionally with the Four Mounds
Foundation, lowa Department of Natural Resources, the US Fish & Wildlife Service,
and other project consultants as necessary.
4.7 — Schedule
It is the intent of the City that the Project shall meet the needs of the project scope. A
suggested Timeline Overview is included in the Appendix E.
I he Consultant shall provide a recommended schedule for the completion of the Project
through award of contract, construction, and project closeout.
5.0 USE OF CITY RESOURCES
5.1 - Use of City Resources for the RFP Preparation
All information requests shall be directed to the City's Project Coordinator as detailed
in Section 7.0 of this request for proposal. All Consultants should note that directly
contacting other City of Dubuque staff or any of the Selection Committee members
shall be considered inappropriate and grounds for disqualification.
5.2 - Material Available for the RFP
• An FTP Sharefile site includes this RFP and all related Appendices.
. Information about Resources of Concern on the Four Mounds' site is available to
bidders by contacting the City's Project Coordinator directly.
Page 8 of 27
5.3 - City Resources Available to the Selected Consultant
The City will can make its ArcView GIS mapping and data analysis capabilities
available for this project as well as staff contact/resources persons in the Planning
Services Department. Digital aerial photos of the City of Dubuque were taken in the
spring of 2016.
6.0 INFORMATION TO BE INCLUDED IN PROPOSAL
The Proposal should address all the points outlined in this RFP excluding any cost
information which shall be included in a separate sealed envelope labeled "Project Cost
Estimate". The Proposal should be prepared simply and economically, providing a straight-
forward, concise description of the Consultant's capabilities to satisfy the requirements of the
RFP.
To simplify the review process and to obtain the maximum degree of comparability, the
proposal shall include the following information and shall be organized in the order and
manner specified below. While additional data may be presented, the following subjects must
be included. They represent the criteria against which the proposal will be evaluated.
Letter of Transmittal
Provide a letter of transmittal briefly outlining the ConsultanYs understanding of the work and
list the Project Manager's the name, address, telephone number, fax number and e-mail
address. The name that is provided for the Project Manager will be used as the primary
contact person during the RFP evaluation process.
Index
Each proposal shall contain a table of contents that delineates each section contained in the
proposal and the corresponding page number.
Profile of Firm
Provide general information about the Firm, along with its area of expertise and experience
as it relates to this RFP. Describe the experience and success of the Firm in performing
similar projects. State the size of the Firm, the size of the Firm's professional staff, and the
location of the office from where the work on this project will be performed.
Discuss the ConsultanYs ability to integrate this project into their present workload. Include a
statement to specify if the Consultant currently has the capacity to undertake the project or
whether it intends to hire additional staff or partner with subconsultants.
Scope of Services
Describe the means or strategy by which the Consultant would satisfy the scope of services
for the currently approved budget as listed in Section 4.0.
Include a basic work plan for each strategy that delineates the ConsultanYs approach to the
completion of the project. The work plan, at a minimum, should include those components
Page 9 of 27
outlined in Section 4 of this RFP. The Consultant should indicate in the work plan those
aspects that might be completed by City staff.
Highlight any parts of the work plan that will reflect the ConsultanYs unique philosophy or
insight regarding its approach to this project and how this approach positively impacts the
successful completion of the project.
Project Team Qualifications
Provide the names of all members of the project team associated with this project.
Specifically identify the supervisory and management staff including principals, the project
manager, and technical experts who would be assigned to this project. For each project
team member, provide their qualifications and experience. Include any training and relevant
continuing and professional education.
Include a flow chart that shows the communication path between the City and Consultant.
Include all project team members on the flow chart and show the supervisory relationship
between all members of the team. Be sure to include all subconsultants staff on the project
team flow chart.
Provide the name and location of other subconsulting firms that would be used by the
Consultant during the project and the approximate percentage of the work that would be
performed by each of these firms. Provide the qualifications and experience of all
subconsultant staff working on the project.
In submitting the Proposal, the prospective Consultant is representing that each person listed
or referenced in the proposal shall be available to perform the services as described. The
Project Manager, principals, management, and other project team staff may be changed in
accordance with the requirements described in Appendix D "3. Substitution of Project Team
Members".
Describe the experience and success of the project team members proposed for the
Dubuque project, in performing similar projects. Specifically list any experience and success
completing ecological restoration for municipalities similar to Dubuque.
Include at least 3 client references (including individual contact names and telephone
numbers) for similar projects that have been completed by the Firm in the last five (5) years.
List the names of individuals on the project team proposed for the Dubuque project who have
worked on the referenced projects.
Understandinq of Final Contract Terms
The Proposer should provide a statement that indicates they have read and understand
Appendix C — "City of Dubuque Contract Terms and Conditions", and agree to include the
clauses that are listed in Appendix C in the final signed contract. Any exceptions to the
Contract Terms and Conditions by the Consultant must be clearly stated in their submitted
Proposal.
Certificate of Insurance
The Consultant should provide a statement indicating that they are able to meet the City's
insurance requirements for professional services. (See attached Insurance Schedule C —
Appendix D.) Submittal of insurance documents as part of this RFP is not required.
Page 10 of 27
Proposed Proiect Schedule
Provide a project schedule for each strategy. Outline the time durations and estimated
completion dates for each major component of the proposed scope of work. The schedule
should list all deliverables that are required throughout the project.
Fees and Compensation
Provide a proposed fixed cost, plus reimbursable expenses budget for each strategy
proposed to complete the requested scope of services. Breakdown costs by major scope
element and include a list of hourly rates for personnel assigned to the project.
Quotation of fees and compensation shall remain firm for a period of at least 90 days from the
RFP submission deadline.
Remember to separate the proposed budget from the other portion of the RFP submittal.
Initial screening will be done without knowing the ConsultanYs proposed fee for services.
7.0 PROPOSAL QUESTIONS AND ANSWERS
If you have any questions concerning this proposal, or other technical questions, please
submit your requests in writing to the City's designated Project Coordinator. The City has
used considerable efforts to ensure an accurate representation of information in this RFP.
Each Proposer is urged to conduct its own investigations into the material facts provided.
No answers given in response to questions submitted shall be binding upon this RFP unless
released in writing (letter, fax or email) as an officially numbered and titled addendum to the
RFP by the City of Dubuque.
Any questions concerning this proposal must be received on or before 5:00 p.m. (local time)
on March 27, 2019. Any inquiries received after this date will not be answered. When
submitting a question to the Project Coordinator, please include the appropriate Consultant
contact information.
From the date of issuance of the RFP until final City action, the Proposer shall not discuss the
RFP with or contact any other City of Dubuque or any of the Selection Committee members
except as expressly authorized by the City Project Manager identified in this section (Section
7.0). Violation of this restriction will be considered a violation of the rules and be grounds for
disqualification of the ConsultanYs proposal.
Project Coordinator contact information is as follows:
Chris Happ Olson
Project Coordinator
City of Dubuque
Planning Services Department Phone: 563.589.4210
50 W. 13�h Street
Dubuque, IA 52001 E-mail: colson@cityofdubuque.org
Page 11 of 27
8.0 SUBMISSION REQUIREMENTS
Before submitting a proposal, each Consultant shall make all investigations and examinations
necessary to ascertain site conditions and requirements affecting the full performance of the
contract and to verify any representations made by the City upon which the Proposer will rely.
PROPOSAL SUBMITTAL INFORMATION
• Submittal Deadline: April 3, 2019 before 12:00 p.m. (local time)
• Submittal Location: City of Dubuque
Planning Services Department
50 . 13�h Street
Dubuque, IA 52001
• Submittal Contact & Chris Happ Olson
Mailing Address: Assistant Planner
Planning Services Department
50 W. 13th St.
Dubuque, lowa 52001
. Submittal Copies: Nine (9) sets of the proposal shall be provided.
Submit one (1) original signed proposal, eight (8) copies and also an electronic .pdf version,
all labeled Four Mounds Park Ecological Restoration Plan.
Submitted proposals must be in delivered in printed format with the exclusion of the one
required .pdf version. The .pdf version shall be submitted on a compact disk or USB drive
along with proposal hardcopies. No faxed or e-mail proposals will be accepted. The
proposal must be a document of not more than sixteen (16) numbered 8-1/2 x 11-inch pages,
with the exception of the project schedule which may be presented in 11 x 17-inch format,
and not including the letter of transmittal, index, dividers and the front and back covers and
the separately sealed cost proposals. Proposals should not include any pre-printed or
promotional materials. Any proposals exceeding 20 numbered pages will not be
considered.
Proposals are to be 100% recyclable after selection process is complete. No binders,
folders, bindings, etc. may be used. The RFP must be able to be placed into a recycling bin
after selection.
Each addendum must be acknowledged in the Letter of Transmittal by providing the
addendum number and title. Failure to acknowledge each addendum will be considered
grounds for possible disqualification. It is solely the ConsultanYs responsibility to ensure that
you have received all addendums to this RFP before submitting the proposal.
The original proposal document shall be signed in blue ink by an officer of the Firm who is
authorized to legally bind the Proposer to its provisions. Proposals are to contain a statement
indicating the period during which the proposal will remain valid. A period of not less than
Page 12 of 27
ninety (90) calendar days from the proposal closing date is required. Failure to comply with
the above requirements shall be considered grounds for possible disqualification.
Each Consultant assumes full responsibility for delivery and deposit of the completed
proposal package on or before the deadline. Any proposals received after the submittal
deadline will not be considered, and will be returned unopened to the Proposer. The City of
Dubuque is not responsible for any loss or delay with respect to delivery of the proposals.
The City of Dubuque is not liable for any costs incurred by any Consultant prior to the
execution of an agreement or contract. Nor shall the City of Dubuque be liable for any costs
incurred by Firms that are not specified in any contract. All results from this project will
remain the property of the City of Dubuque.
Upon receiving this RFP, we request that you complete the "Receipt of Proposal
AcknowledgemenY' — "No Response Reply" information contained on the first page of this
document and return it to the City's Project Coordinator by mail or email so the City can
ensure that each Consultant received this Request For Proposal.
The City of Dubuque appreciates your time and consideration of this RFP.
Sincerely,
�' ,
hris Happ Olson, Assistant Planner
Planning Services Department
The City of Dubuque
Project Coordinator
Page 13 of 27
Four Mo Il THECITYOF �
u ds Park
Ecological Restoration Plan (ERP) DUB E '
Phase I Permitting and Implementation
of Four Mounds Park ERP Mc�steipiece on tlte Mississippi
City of Dubuque, lowa
Consulfant Professional Services ,
Request for Proposal �
March 6, 2019 '
I
Appendix A
Consultant Evaluation and Selection Process
Page 14 of 27
INITIAL EVALUATION CRITERIA
Proposals will be screened to ensure that they meet the minimum requirements of the
proposal format. The Selection Committee will review qualifying proposals and select Firms
for placement on the consultant short-list for the project. The following criteria are among
those that will be used to initially evaluate submitted proposals.
1. A high level of professional competence and a proven track record in the
implementation and management of ecological restoration plans or similar plans:
a. Qualifications and experience of the Consultant and any subconsultants.
b. Demonstration of the professional expertise and technical abilities of the project
team members.
c. If a joint venture with subconsultants, the track records of the Firms experience
working together.
d. Experience of the Consultant working on municipal projects.
e. Experience of the Consultant working on municipal projects in lowa.
f. A proven track record in stormwater management and green infrastructure.
Quality and completeness of the written proposal. The proposal should clearly demonstrate
understanding of the City's overall objectives for the project.
1 . Design approach/methodology in completing scope of services such as:
a. Grasp of project requirements and level of interest in the project.
b. Creativity and problem-solving ability.
c. Ability of Consultant to demonstrate initiative, motivation and knowledge of the
City of Dubuque.
2. Proposed schedule required to complete project.
CONSULTANT SHORT-LIST EVALUATION CRITERIA
The Selection Committee will interview the short-listed Firms. Both the original submitted
proposal and the results of the Consultant interview will be used to select the final Consultant
for the project. The fofiowing criteria are among those that will be used to evaluate the
Consultants on the short-list.
1. A high level of professional competence and a proven track record in the
implementation and management of ecological restoration plans or similar plans:
a. Qualifications and experience of the Consultant and any sub-consultants.
b. Demonstration of the professional expertise and technical abilities of the project
team members.
c. If a joint venture with subconsultants, the track records of the Firms experience
working together.
d. Experience of the Consultant working on municipal projects.
e. Experience of the consultant in working with the lowa DNR.
f. A proven track record in stormwater management and green infrastructure.
g. Experience of the Consultant working on municipal projects in lowa.
h. Experience of the project team working with the public and other project
stakeholders in preparing plans for park facilities.
i. Overall success of past projects completed for the City of Dubuque.
Page 15 of 27
i
Quality and completeness of the written proposal. The proposal should clearly demonstrate
understanding of the City's overall objectives in the completion of the project.
1 . Design approach/methodology in completing scope of services such as:
a. Grasp of project requirements and level of interest in the project.
b. Creativity and problem-solving ability.
c. Ability of Consultant team to demonstrate initiative, motivation and knowledge
of the City of Dubuque.
2. Responsiveness and compatibility between the Consultant and City:
a. General attitude and ability to communicate.
b. Ability of the Consultant to maintain a high level of direct interaction and
communication with City staff.
c. Ability to listen, be flexible, and follow and/or implement direction and/or ideas
or concepts.
d. How the Consultant team interacts with the general public, City staff, and public
officials.
3. Proposed schedule required to complete project.
4. Cost of the proposed work in relationship to the services offered.
SELECTED CONSULTANT - FEE NEGOTIATION PROCESS
Upon the completion of the evaluation of the proposals, the Selection Committee will
recommend to the City Manager, who will then make a recommendation to the City Council,
the awarding of a contract to the highest ranked Consultant. The Selection Committee will
also request authority to negotiate with the recommended Consultant a final scope of work
and fee structure for the project.
After authority is granted to negotiate an agreement and execute a contract with a
Consultant, the Consultant shall prepare an industry standard Work Breakdown Structure
(WBS) to reflect the Firm's approach to the completion of the project. The WBS, at a
minimum, should include work tasks for each of the components outlined in the RFP, a
separate line item for each deliverable, and list project management as a separate task. The
Consultant shall indicate in the WBS the work tasks that will be completed by City staff.
The format of the WBS shall summarize the fixed fee for each task listed, plus individually list
in separate section any associated reimbursable expenses that would specifically relate to
this project. A sample format of a WBS can be obtained from the City if desired.
Once the selected Consultant has prepared the WBS, the City and the Consultant will meet
and the final scope of work for the project will be negotiated by joint revision to the WBS in
order to best meet the goals of the project while considering available funding. During the
negotiation process, tasks to be completed by City staff, work reassignment to different
project team members, and the addition or elimination of tasks may be modified on the WBS
in order to achieve the best overall results for project.
Page 16 of 27
The selected Consultant shall be responsible for updating the WBS to reflect any changes
that were agreed to during negotiations. After the final scope of services has been
determined, a design fee has been negotiated, and the WBS has been finalized, the
Consultant shall incorporate the WBS into the contract documents being prepared for
signature.
If a contract satisfactory and advantageous to the City can be negotiated at a price
considered fair and reasonable, the award shall be made to that offerer. Otherwise,
negotiations with the offerer ranked first shall be formally terminated and negotiations
commenced with the Consultant ranked second, and so on until a contract can be negotiated
that is acceptable to the City.
Upon the successful completion of contract negotiations, the selection committee shall
recommend that the City Manager execute a contract with the successful Consultant. The
City Manager will in turn make a decision to execute the contract or request the Dubuque City
Council make a final determination to award and execute the contract with a Consultant.
Pavment for Work: The Consultant awarded the contract shall be paid once monthly. The
invoiced amount shall be based on the Earned Value of the percent work completed as
reported on the most recently updated and submitted WBS.
Page 17 of 27
THE CITY OF I
Four Mounds Park
Ecological Restoration Plan (ERP) DUB E
Phase I Permitting and Implementation Mnsterpiece on the Mississippi
of Four Mounds Park ERP
City of Dubuque, lowa
Consultant Professional Services
Request for Proposal
March 6, 2019
Appendix B
RFP Rules and Protest Procedure
MINOR IRREGULARITIES
The City reserves the right to waive minor irregularities in submitted proposals,
providing such action is in the best interest of the City. Minor irregularities are defined
as those that have no adverse effect on the City's best interests, and will not affect the
outcome of the selection process by giving the prospective Consultants an advantage or
benefit not enjoyed by other prospective Consultants.
EXCEPTIONS
Proposer exceptions to any part of the requirements stated in this request must be
clearly identified as exceptions and noted in the letter of transmittal and in the submitted
project cost estimate.
RANKING OF THE PROPOSALS
No debriefings or scoring information shall be released before the City Manager or City
Council has recommended that a contract be negotiated with the recommended Firm.
However, after authorization has been granted to negotiate a contract, all contents of
the submitted proposals shall become public information.
DEFINITIONS
The City has established for the purposes of this RFP that the words "shall", "musY', or
"will" are equivalent in this RFP and indicate a mandatory requirement or condition, the
material deviation from which shall not be waived by the City. A deviation is material if,
in the City's sole discretion, the deficient response is not in substantial accord with this
RFP's mandatory conditions requirements.
The words "should" or "may" are equivalent in this RFP and indicate very desirable
conditions, or requirements but are permissive in nature. Deviation from, or omission
of, such a desirable condition or requirement will not in and of itself cause automatic
rejection of a proposal, but may result in being considered as not in the best interest of
the City.
DISPUTES/EXCEPTIONS
Any prospective Proposer who disputes the reasonableness or appropriateness of any
item within this RFP document, any addendum to this RFP document, notice of award
or notice of rejection shall set forth the specific reason and facts concerning the dispute,
in writing, within five (5) business days of the receipt of the proposal document or
notification from the City. The written dispute shall be sent via certified mail or delivered
in person to the point of contact set forth in Section 7.0, who shall review the written
dispute and work with the City Manager to render a decision which shall be considered
final.
Page 19 of 27
Four Mounds Park THEc�TYOF
Ecological Restoration Plan (ERP) DUB E !
Phase I Permitting and Implementation
of Four Mounds Park ERP Mc�sterpiece on tlie Mississippi
City of Dubuque, lowa '
�
Consultant Professional Services
Request for Proposal
March 6, 2019
Appendix C
City of Dubuque Contract Terms and Conditions
Page 20 of 27
TERMS AND CONDITIONS
The following clauses shall be included in the final signed contract:
1. CONSULTANT'S ENDORSEMENT ON PLANS.
The Consultant shall endorse the completed computations prepared under this
Agreement, and shall affix thereto the seal of a licensed professional engineer, or
licensed professional architect, licensed to practice in the State of lowa, in accordance
with the current Code of lowa.
2. CHANGE IN SCOPE OF SERVICES.
No change in scope shall be permitted during this project without the prior written
agreement of both parties and the WBS being updated.
3. SUBSTITUTION OF PROJECT TEAM MEMBERS.
The Project Manager, partners, management, other supervisory staff and technical
specialists proposed for the project may be changed if those personnel leave the
Consultant. These personnel may also be changed for other reasons however, in
either case, the City retains the right to approve or reject the replacements and no
replacements shall begin working on the project without the express, prior written
permission of the City of Dubuque.
4. INSURANCE.
Consultant shall at all times during the performance of this Agreement provide
insurance as required by the attached Insurance Schedule.
5. INDEMNIFICATION.
To the fullest extent permitted by law, Consultant shall indemnify and hold harmless
the Cityfrom and against all claims, damages, losses and expenses, including but not
limited to attorneys' fees, arising out of or resulting from performance of the Contract,
provided that such claim, damages, loss or expense is attributable to bodily injury,
sickness, �ise�se or �e2th, or injur� to er destruction ef preperty (o!her thar the Project
itself) including loss of use resulting therefrom, but only to the extent caused in whole or
in part by negligent acts or omissions of the Consultant, Consultant's subcontractor,
or anyone directly or indirectly employed by Consultant or Consultant subcontractor
or anyone for whose acts Consultanf or ConsultanYs subcontractor may be liable,
regardless of whether or not such claim, damage, loss or expense is caused in part by a
party indemnified hereunder.
6. ERRORS & OMISSIONS.
In the event that the work product prepared by the Consultant is found to be in error
and revision or reworking the work product is necessary, the Consultant agrees that it
shall do such revisions without expense to the City, even though final payment may
have been received. The Consultant must give immediate attention to these changes
so there will be a minimum of delay during construction. The above and foregoing is not
Page 21 of 27
to be constructed as a limitation of the Cify's right to seek recovery of damages for
negligence on the part of the Consultant herein.
7. OWNERSHIP OF ENGINEERING DOCUMENTS.
All sketches, tracings, plans, specifications, reports on special studies and other data
prepared under this Agreement shall become the property of the City and shall be
delivered to the Project Manager upon completion of the plans or termination of the
services of the Consultant. There shall be no restriction or limitations on their future
use by the City, except any use on extensions of the project or on any other project
without written verification or adaptation by the Consultant for the specific purpose
intended will be the City's sole risk and without liability or legal exposure to the
Consultant.
The City acknowledges the ConsultanYs plans and specifications, including all
documents on electronic media, as instruments of professional service. Nevertheless,
the plans and specifications prepared under this Agreement shall become the property
of the City upon completion of the services and payment in full of all moneys due to the
Consultant.
The City and the Consultant agree that any electronic files prepared by either party
shall conform to the specifications listed in Attachment of the contract. Any change
to these specifications by either the City or the Consultant is subject to review and
acceptance by the other party. Additional efforts by the Consultant made necessary by
a change to the CADD software specifications shall be compensated for as Additional
Services.
The City is aware that significant differences may exist between the electronic files
delivered and the respective construction documents due to addenda, change orders or
other revisions. In the event of a conflict between the signed construction documents
prepared by the Consu/tant and electronic files, the signed construction documents
shall govern.
The City may reuse or make modifications to the plans and specifications, or electronic
files while agreeing to take responsibility for any claims arising from any modification or
unauthorized reuse of the plans and specifications.
8. SUBLETTING, ASSIGNMENT OR TRANSFER.
Subletting, assignment, or transfer of all or part of the interest of the Consultant in this
Agreement is prohibited unless written consent is obtained from the Engineer and
approved by the City.
Page 22 of 27
i
I
THE CTTY OF �
Four Mounds Park !
Ecological Restoration Plan (ERP) �UB E
Phase I Permitting and Implementation Mnste��piece on the Mississippi
of Four Mounds Park ERP
City of Dubuque, lowa
Consultant Professional Services I
Request for Proposal �
March 6, 2019 '
Appendix D
Insurance Requirements
Page 23 of 27
City of Dubuque Insurance Requirements for Professional Services
INSURANCE SCHEDULE J
1 . shall furnish a signed certificate of insurance to the City of
Dubuque, lowa for the coverage required in Exhibit I prior to commencing work and at
the end of the project if the term of work is longer than 60 days. Contractors presenting
annual certificates shall present a certificate at the end of each project with the final
billing. Each certificate shall be prepared on the most current ACORD form approved by
the lowa Department of Insurance or an equivalent approved by the Finance Director.
Each certificate shall include a statement under Description of Operations as to why the
certificate was issued. Eg: Project # or Project Location at or
construction of
2. All policies of insurance required hereunder shall be with an insurer authorized to do
business in lowa and all insurers shall have a rating of A or better in the current A.M.
BesYs Rating Guide.
3. Each certificate shall be furnished to the Department of the City of
Dubuque.
4. Failure to provide coverage required by this Insurance Schedule shall not be deemed
a waiver of these requirements by the City of Dubuque. Failure to obtain or maintain the
required insurance shall be considered a material breach of this agreement.
5. Contractors shall require all subconsultants and sub-subconsultants to obtain and
maintain during the performance of work insurance for the coverages described in this
Insurance Schedule and shall obtain certificates of insurances from all such
subconsultants and sub-subconsultants. Contractors agree that they shall be liable for
the failure of a subconsultant and sub-subconsultant to obtain and maintain such
coverages. The City may request a copy of such certificates from the Contractor.
6. All required endorsements shall be attached to certificate of insurance.
7. Whenever a specific ISO form is listed, required the current edition of the form must
be used, or an equivalent form may be substituted if approved by the Finance Director
and subject to the contractor identifying and listing in writing all deviations and
exclusions from the ISO form.
8. Contractors shall be required to carry the minimum coverage/limits, or greater if
required by law or other legal agreement, in Exhibit I. If the contractor's limits of liability
are higher than the required minimum limits then the provider's limits shall be this
agreemenYs required limits.
Page 24 of 27
INSURANCE SCHEDULE J (continued)
Exhibit I
A) COMMERCIAL GENERAL LIABILITY
General Aggregate Limit $2,000,000
Products-Completed Operations Aggregate Limit $1 ,000,000
Personal and Advertising Injury Limit $1 ,000,000
Each Occurrence $1 ,000,000
Fire Damage Limit (any one occurrence) $50,000
Medical Payments $5,000
1. Coverage shall be written on an occurrence, not claims made, form. The general
liability coverage shall be written in accord with ISO form CG0001 or business
owners form BP0002. All deviations from the standard ISO commercial general
liability form CG0001 , or business owners form BP 0002, shall be clearly
identified.
2. Include ISO endorsement form CG 25 04 "Designated Location(s) General
Aggregate LimiY' or CG 25 03 "Designated Construction Project (s) General
Aggregate Limit" as appropriate.
3. Include endorsement indicating that coverage is primary and non-contributory.
4. Include Preservation of Governmental Immunities Endorsement. (Sample
attached).
5. include an endorsement that deletes any fellow employee exclusion.
6. Include additional insured endorsement for:
The City of Dubuque, including all its elected and appointed officials, all its
employees and volunteers, all its boards, commissions and/or authorities and
their board members, employees and volunteers. Use ISO form CG 2026.
7. Policy shall include Waiver of Right to Recover from Others endorsement.
B) AUTOMOBILE LIABILITY
Combined Single Limit $1,000,000
C) WORKERS' COMPENSATION & EMPLOYERS LIABILITY
Statutory benefits covering all employees injured on the job by accident or disease as
prescribed by lowa Code Chapter 85 as amended.
Coverage A Statutory—State of lowa
Coverage B Employers Liability
Each Accident $100,000
Each Employee-Disease $100,000
Policy Limit-Disease $500,000
Policy shall include Waiver of Right to Recover from Others endorsement.
Nonelection of Workers' Compensation or Employers' Liability Coverage under lowa
Code sec. 87.22
_ yes _form attached
Page 25 of 27
INSURANCE SCHEDULE J (continued)
Exhibit I
D) UMBRELLA/EXCESS LIABILITY $1,000,000
Umbrella/excess liability coverage must be at least following form with the underlying
policies included herein.
E) PROFESSIONAL LIABILITY $1,000,000
Provide evidence of coverage for 5 years after completion of project.
F) CYBER LIABILITY $1 ,000,000
_ yes _ no
Coverage for First and Third Party liability including but not limited to lost data and
restoration, loss of income and cyber breach of information.
PRESERVATION OF GOVERNMENTAL IMMUNITIES ENDORSEMENT
1 . Nonwaiver of Governmental Immunitv. The insurer expressly agrees and states that
the purchase of this policy and the including of the City of Dubuque, lowa as an
Additional Insured does not waive any of the defenses of governmental immunity
available to the City of Dubuque, lowa under Code of lowa Section 670.4 as it is now
exists and as it may be amended from time to time.
2. Claims Coveraqe. The insurer further agrees that this policy of insurance shall cover
only those claims not subject to the defense of governmental immunity under the Code
of lowa Section 670.4 as it now exists and as it may be amended from time to time.
Those claims not subject to Code of Iowa Section 670.4 shall be covered by the terms
and conditions of this insurance policy.
3. Assertion of Government Immunitv. The City of Dubuque, lowa shall be responsible
for asserting any defense of governmental immunity and may do so at any time and
shall do so upon the timely written request of the insurer.
4. Non-Denial of Coveraqe. The insurer shall not deny coverage under this policy and
the insurer shall not deny any of#he riahts and benefit� accruing to the City ef Dubuque,
lowa under this policy for reasons of governmental immunity unless and until a court of
competent jurisdiction has ruled in favor of the defense(s) of governmental immunity
asserted by the City of Dubuque, lowa.
No Other Chanqe in Policv. The above preservation of governmental immunities shall
not otherwise change or alter the coverage available under the policy.
(DEPARTMENT MANAGER: FILL IN ALL BLANKS AND CHECK BOXES)
SPECIMEN
Page 26 of 27
THE CITY OF �II�
Four Mounds Park DUB E
Ecological Restoration Plan (ERP)
Phase I Permitting and Implementation Mnsterpiece on tl�e Mississippi �
of Four Mounds Park ERP
City of Dubuque, lowa
Consultant Professional Services I'i
Request for Proposal �
March 6, 2019
Appendix E
Project Related Data
Page 27 of 27
DETAILED BUDGET SHEET for the Bee Branch Creek Trail Connector Project
Budget Category Cost Per Total Cost Source of Funds
Item
Removable Bollards-Tunnel Entry $400.00 $14,400 SalesTax Increment
7-IN Concrete Trail -Garfield Ave to Tunnei $12.00 $49,200 Sales Tax Increment
7-IN Concrete Trail - LBB Lower section to Tunnel $12.00 $34,800 Sales Tax InCrement
Exposed Aggregate Concrete Maintenance Edge $100.00 $52,000 Sales Taxlncrement
Crushed Stone Base Course-Gradation 30 $20.00 $8,600 Sales Tax Increment
Trail Type G Light Fixtures $500.00 $10,800 Sales Tax Increment
HWL Warning Light Equipment $1,200.00 $2,400 Sales Tax Increment
HWL Warning Controls 55,000.00 $5,000 Sales Tax Increment
Conduit, 3/4" (HWL Signs) $6.00 $330 Sales Tax Increment
Conduit, 1" (Tunnel Lights&Cameras) $8.00 $6,160 Sales Tax Increment
#10 wiring(HWL Signs) $1.20 $3,600 Sales Tax Increment
#t10 wiring(Tunnel Lights) $1.20 $2,400 Sales Tax Increment
Epoxy crack injection-Tunnel $90 $9,000 Sales Tax Increment
Joint rout and seal -Tunnel $60 $78,000 Sales Tax Increment
Shallow concrete surface repair-Tunnel $100 $10,000 Sales Tax Increment
Deep concrete surface repair-Tunnel $200 $10,000 Sales Tax Increment
Concrete surface prep and coating-Tunnel 560 $72,000 Sales Tax Increment
Tunnel Anti-Graffiti Treatment $5.00 $60,000 Sales Tax Increment
Camera -Fixed (Wide) $1,500.00 $4,500 Sales Tax Increment
Camera -Fixed (Zoom) $2,000.00 $18,000 Sales Tax Increment
Camera -Panoramic $2,500.00 $5,000 Sales Tax Increment
CAT6 wiring $2.50 $11,250 Sales Tax Increment
System Configuration and Testing $720.00 $1,440 Sales Tax Increment
Total Project Cost 5468,880
LWCF Request $175,000
Four Mounds Park - Ecological Restoration Plan
Project Timeline Overview
Timeline Admin Task 1 Task 2 Task 3 Task 4
Months Year Quarter City Implementation Survey Signage ERP Update
Jan- Mar 2019 Q1 RFP process
Award contract, Content development
Apr-Jun 2019 Q2 Initialmeeting byFMF
Monthly update/ Botanist Survey Content development
Jul-Sep 2019 Q3 communication ERPlmplementation initation byFMF
Layout and design by
FMF/Construction
Monthly update/ specifications by
Oct- Dec 2019 Q4 communicotion ERPlmplementation Surveytasks Consultant
Design review with
Monthly update/ SSNHA of design and
Jan-Mar 2020 Q1 communication ERPlmplementation Surveytasks constructionplans
Fabrication and
Monthly updote/ installation by ERP Update by
Apr-Jun 2020 Q2 communicotion ERPimplementation Surveytasks Consultant Consultant
Survey finalization/
Receive Updated inclusion in updated ERP Update
Jul-Sep 2020 Q3 ERP ERP Implementation ERP submission to City
....�.............................................�........................................... ............._Revi ew........_....._........................................................................................................................................,._.,....._....._........._......W.............................._.................._._.._........_..._..._.........
project/plan
products, Review& revision of
Oct-Dec 2020 Q4 closeout ERPUpdate