Loading...
RFP_E.B. Lyons Interpretive Area Consulting ServicesMasterpiece on the Mississippi Dubuque kital All- America City II 111! 2012 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: RFPs and Consultant Selection Committee for E.B. Lyons Interpretive Area DATE: June 10, 2013 Planning Services Manager Laura Carstens is requesting approval of two Requests for Proposals (RFPs) for master plan development of the E.B. Lyons Interpretive Area Addition at the Mines of Spain State Recreation Area; one for design, engineering and grant administration consulting services, and one for a topographic survey. I concur with the recommendation and respectfully request Mayor and City Council approval. brit44 krt., italy, Michael C. Van Milligen MCVM:jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Teri Goodmann, Assistant City Manager Laura Carstens, Planning Services Manager Masterpiece on the Mississippi Dubuque * * * ** AII•AmerlcaCity 2012 TO: Michael Van Milligen, City Manager FROM: Laura Carstens, Planning Services Manager -(C_- SUBJECT: RFPs and Consultant Selection Committee for E. B. Lyons Interpretive Area DATE: June 7, 2013 INTRODUCTION This memo seeks approval of two requests for proposals (RFPs) for master plan development of the E. B. Lyons Interpretive Area Addition at the Mines of Spain State Recreation Area: one for design, engineering, and grant administration consulting services, and one for a topographic survey. The two RFPs and the master plan are enclosed. On May 20, 2013, the City Council authorized posting an RFP for consulting services for development of the E. B. Lyons Interpretive Area, subject to City Manager approval. DISCUSSION The Mines of Spain is owned by the Iowa Department of Natural Resources (IDNR). The E. B. Lyons Interpretive Center is owned by the City. Both are managed by IDNR. IDNR, City of Dubuque, Friends of the Mines of Spain and Iowa Natural Heritage Foundation are partnering to acquire and develop 52 acres adjacent to the Interpretive Center. The master plan for this project includes ADA trails, parking lots, youth group camp site, restrooms, shelters and more. Our partnership has raised the $1.9 million needed to make this master plan a reality. Time is of the essence to retain a consultant for development of the project due to funding deadlines and immediate opportunities. We anticipate that needed consulting services will include: design, engineering, plans and specs, bidding, construction management and inspections, and grant administration. A topographic survey is a key element for keeping the project on tract, and can be bid locally with four qualified firms: IIW, Buesing & Associates, MSA and WHKS. RECOMMENDATION I recommend approval of the enclosed RFP for consulting services for development of the E. B. Lyons Interpretive Area, and of the enclosed RFP for a topographic survey of the site. The consultant selection committee will consist of the following: Planning Services — myself and Dave Johnson; Engineering -- Jon Dienst; Leisure Services -- Marie Ware (or her designee); Finance -- Ken Tekippe; and IDNR /Mines of Spain -- Wayne Buchholtz. Enclosures cc: Jon Dienst, Civil Engineer Marie Ware, Leisure Services Manager F: \USERS\LCARSTEN\WP\Mines of Spain \Bottoms Farm Memo EB Lyons Interprettive Area RFPs and CSCdoc Masterpiece an the Mississippi Steve Fuerst IIW PC 4155 Pennsylvania Avenue Dubuque, IA 52002 City Engineering 50W13'" Dubuque IA 52001 (563) 589-4270 May 31, 2013 Subject: E.B. Lyons Interpretive Area Addition Topographic Survey Request for Quote Dear Steve, Dubuque "ftp 2012 The City of Dubuque is requesting a quote to perform topographic survey services for the E.B. Lyons Interpretive Center Proposed Addition. Attached is a map that shows the proposed addition and an aerial of the area. The topographic survey boundary has been highlighted on the map in marker. If you look on the attached aerial map, it appears most of the survey will be in an existing, open field. I suspect the use of GPS survey equipment will speed up the survey. The consultant would supply the City with an ASCII file of the survey and an AutoCAD 2012 or later electronic drawing. It is expected of the selected consultant that all survey and delivery of data to the City would be complete by July 12, 2013. The quote to perform the topographic survey is due to the City Engineer's office at City Hall, 50 W. 13"' Street, Dubuque, IA, 52001 by Friday June 7 at 2:00 pm. Let me know if you have any questions concerning this request for quote, Sincere Co: Gus Psihoyos, City Engineer .Laura Carstens, Planning Division Manager Marie Ware, Leisure Services Manager Jon Dienst, P.E. City of Dubuque Were Mom Path Orcdook/ Outdoor Class!oom ADAAccesSSbleb0 • Prabie Maim Path Sam / Silo Possible Rehabilitation N .CSller / neuroom (Youth Group camp Alen EB Lyons ,04 Interpretive Area Addition ,..��.. ,sa Proposed Improvements M to Existing Meskwazl Tr.0 MInr- of Spain c.Yicting train. e::Gtucn E E. Lion'. 11 •Intrepr,tl;re Cmmr I r.J b,I:dng liLttxk PJ�n: Cclur Fxartng Hlotoric Pine ChelH•1 E ti a histlric ISonf Gcll.9r ff;I,H■'20R ER. Lyons Interpretin AreaAddi6on E. B. Lyons Interysedve Area Boundary 0' 1501 300' 600' DUB 1L• Irldoloybrat Ur.Viemagi P:cducccd�d Py: rwro Natural Ihribye Numclaticrt ti _mot REQUEST FOR PROPOSAL (RFP) THE CITY { W DUB Masterpiece on the Mississippi ISSUE DATE: May 30, 2013 CONTACT: Jon Dienst, P.E. PHONE NO: 563- 589.4270 FAX NO: 563 - 5894205 EMAIL: Jdtanst©cftyotdubuque.org SUBMIT PROPOSAL/OFFER PRIOR TO: CLOSING DATE: June 20, 2013 CLOSING TIME: 2:00 P.M. (local time) SUBMIT TO: SEE Section 8.0 FAX/EMAIt. NOT ACCEPTED DESCRIPTION: E. B. Lyons Interpretive Area Addition Design, Construction Management, and Grant Administration Services 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. 140 RESPONSE REPLY If you do not want to respond to this RFP at this time, please mark the box to the left, fIl) in the information below and return this sheet only. COMPANY NAME: MAILING ADDRESS: CITY/STATE: DATE: AUTHORIZED SIGNATURE: PRINTED NAME: ZIP CODE: TITLE OF AUTHORIZED REPRESENTATIVE: EMAIL: PHONE: CITY OF DUBUQUE ENGINEERING DEPARTMENT REQUEST FOR PROPOSAL EA Lyons Interpretive Area Addition - Proposed Improvements LintonWWp4. MAW** .—.— tfllra wlnpnlh' Mta6u.dW r ■i• ale car 11111I/I��j/I IL [IJ I \137; E. B. Lyons Interpretive Area Addition Design, Construction Management, and Grant Administration Services City of Dubuque, Iowa May 30, 2013 Page 2 of 27 RFP ORGANIZATION E. B. Lyons interpretive Area Addition Design, Construction Management, and Grant Administration Services City of Dubuque, Iowa May 30, 2013 Table of Contents: SECTION PAGE 1.0 Introduction .. ............................... 4 2.0 Project Objectives.. ..... ..... ...... ...... ......... ..... 5 3.0 Community Background ................... ............................... 5 4.0 Project Scope of Services........ 5 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 E. B. Lyons Interpretive Area Addition Design, Construction Management, and Grant Administration Services City of Dubuque, Iowa TI-IE CITY OF DUB UE Masterpiece on the Mississippi Consultant Professional Services Request for Proposal May 30, 2013 1,0 INTRODUCTION The City of Dubuque, Iowa is soliciting competitive sealed proposals from qualified professional consulting firms to design, perform construction management services, and grant administration services for the planned expansion at E.B. Lyons Interpretive Area. These improvements include the prairie trailhead parking, paved ADA trail between the E,13,. Lyons Interpretive Center and the expanded Interpretive Area, foundation for an information /orientation kiosk, foundation for a shelter /restroom, and parking expansion of the existing Interpretive Center parking tot. The consultant will also be required to perform all construction testing, construction management and construction survey for this project. The consultant also will be responsible for all aspects of grant administration, monitoring and reporting. A conceptual plan was developed by RDG Planning and Design in February of 2012 and is attached to this REP. The project has multiple funding sources and grants. The selected consultant will need to track the expenditures of the grants, submit the required grant paperwork and closeout the grants as required by the. grant agreements. A spreadsheet showing the grant funding amounts and sources is attached to this REP. it is anticipated that the timefrarne for the project will be approximately four months following the signing of a professional services agreement. The selected Consultant will be expected to complete the contracted scope of work within the specified tirneftame, under the general direction and coordination of the City's Engineering and Planning Services Departments as authorized by the City Council. Page 4of27 2.0 PROJECT OBJECTIVES In the E.B. Lyons Interpretive Area Addition Master Plan, it was identified that an ADA trail, native prairie, outdoor classroom, new sheftertbathrooms, youth group camp area and parking areas be constructed. Multiple federal, state and private funds have been secured for this project including: IDNR REAP grants, IDOT State Recreational Trail funds, and a federal LWCF grant. The City of Dubuque is seeking a qualified Consultant to design preliminary and finals plans for the ADA Trail, trailhead parking lot, parking expansion lots, information kiosk site improvements, shelter foundation site improvements, restroom site improvements, entrance visibility improvements and the overlooktoutdoor classroom. In addition, the selected consultant will administer the project from cradle to grave, so to speak. This includes of grant administration, construction management and construction inspection and survey. Two bid sets will be created. The parking lot expansion for the E.B. Lyons Interpretive Area Addition will be bid separate from the rest of the project. This is due to the existing park service building being removed and relocated in the near future. The information /orientation kiosk has already been designed. See the America's State Tree Woodland Walk flier included in this REP for an image of what the kiosk looks like. The shelter and restroom structures are already designed. The selected consultant will need to design the site related improvements for the kiosk, shelter and restroorns. 3.0 COMMUNITY BACKGROUND The City of Dubuque is located on the Mississippi River in northeastern Iowa, adjacent to Illinois and Wisconsin. The City is approximately 30 square miles in area, with a population of approximately 60,000 people. The City's annual operating and capital budget is nearly $116 million and funds a full range of services. The City's web site is www.cityofdubuoue,orq. 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. City government works in collaboration with the private sector to promote economic development. The job creation and unemployment numbers show that Dubuque is growing steadily in the current economic climate. Dubuque's construction numbers reveal an even more encouraging picture. The City has formed strong relationships with the local business community to promote continued economic growth and success. 4.0 PROJECT SCOPE OF SERVICES The following outline represents the minimum components for performing the design services. In preparing a response to this REP, 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 Page 5 of 27 the selected Consultant(s). The City wilt evaluate submitted proposals and award contracts to selected Consultants based on the best proposed solution to each individual section listed below. Two bidding sets of construction documents will be prepared. Phase 1 improvements will include the ADA trail, prairie trailhead parking, information kiosk, shelter/bathroom foundation and the entrance and visibility improvements. The Phase 2 improvements will include the parking expansion and bio- retention cell. For the design of this project, the City of Dubuque encourages the use of sustainable principles in construction. The City would like to evaluate the use of pervious pavement for the parking areas and trails, the use of rain gardens, bioswales and. other sustainable measures. 4.1 — Project Management & Accounting 4.1.1 The Consultant shall identify one person to serve as the Project Manager for this project. The Project Manager shall he 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. 4.2 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 and 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 an the first and third Tuesday of each month. The summary shall be submitted electronically and he less than a single page in length. 4.3 — TASK 1 - Preliminary Design of E. ta. Lyons interpretive Area Addition 4.3.1 Meet with City representatives to review the master plan for the proposed improvements. 4.3.2 Create a base drawing from City provided topographic surrey data. 4.3.2 Prepare 50% plans of the proposed ADA trail, prairie trailhead parking area, informationtorientation kiosk, foundation for sheltertrestroom, entrance and visibility improvements and parking tot expansion for the Interpretive Area Addition in accordance with any and all relevant requirements of federal LWCF grant and state !DOT state recreational trail grant. The City will provide the topographic survey of the site to the selected consultant. 4.3.3 Meet with City staff to review preliminary design. 4.3.4 Make modifications requested; deliver preliminary design to City for distribution to other interested parties on the project. Page 6 of 27 4.3.5 Develop a construction cost estimate for the improvements. 4.3.6 Acquire all permits required for the project. 4.4 -- TASK 2 — Final Design of E. B. Lyons interpretive Area Addition 4.5.1 Complete the final bidding documents including 11x17" plans, construction specifications, cost estimates. Supply an AutoCAD 2013 format drawing of the improvements to City of Dubuque Engineering. 4.5.2 Coordinate with any utilities involved on the project. 4.5.3 Plans shall be constructed using Statewide Urban Design Standards and plan format (SUDAS). 4.6.6 Deliver plans and specifications to City Engineering department for distribution to bidders. Two set of bidding documents are to be developed. One set is for the parking expansion of the E. B. Lyons Interpretive Area. The other bid package will include the other improvements. The parking lot expansion for the interpretive Area Addition will be bid at a later date. 4.5 - TASK 3 -- Perform Construction Management 4.6.1 Be present at the bid letting for the phase 1 work. Develop the bid tabulation form and provide a recommendation an the award of the project. 4.6.2 Lead the pre - construction meeting with the contractor and city staff. Take minutes of the meeting and disburse the minutes to all appropriate staff. 4.6.3 Review all shop drawings required of the contractor. Stamp and approve shop drawings. 4.6.4 Answer questions from the contractor during construction. Make site visits during construction. Assume up to 10 site visits from the design engineer. 4.6.5 Process all payment requests for the project. Maintain the budget for the project. Provide bi- weekly budget status updates to City of Dubuque Engineering. • 4.6.6 Administer any change orders that may come up in the project. All change orders need approval of City of Dubuque Engineering prior to executing the change order. 4.6.7 Mark -up an as -built pan of the project at the conclusion of construction. 4.6.8 Maintain all records for the project. Provide a copy of all records to the Engineering Department and Planning Services Department. 4.6 — TASK4 Administer the multiple grants for the project 4.7.1 Be familiar with all rules and regulations related to the grants used to fund this project. Page 7 of 27 4.7.2 Maintain contact with the grant contacts and supply information required for the IDNR REAP Grants, IDOT State Recreational Trail Grant, and the federal LWCF Grant. 4.7.2 Request re- imbursement of the improvement and engineering costs on the project from the grant award agencies. 4.7.4 Maintain all grant records. 4.7.5 Perform all grant activities required of the corresponding grants funding this project. 4.7.6 Closeout the grants as required by the grant awarding agencies. 4.7 -TASit 5 •- Perform Construction Inspection 4.8.1 All construction inspection will be performed for the project. This includes gradation testing, asphalt !concrete testing, roll testing of the sub - grade, casting beams or cylinders, breaking beams or cyclinders, maintaining a daily inspector diary, etc. 4.8.2 Supply all records to the City upon completion of the project. 4.8 - TASK 6 — Perform Construction Survey 4.8.1 Perform construction staking of the project. Assume that the project will be staked for grading and final pavement placement. 4.9 - Project Coordination 4.9.1 Coordination with City Staff The consultant will participate in multiple coordination meetings with the City of Dubuque to review preliminary plans and final plans. The consultant should plan on a minimum of two (2) meetings for preliminary design and three (3) meetings for final design. 4.9.2 Miscellaneous Coordination Coordinate with the Iowa Department of Natural Resources, Wayne Buchholtz, IDNR Mines of Spain State Park Ranger, the Planning Services Department of the City of Dubuque, the Engineering Department of the City of Dubuque, and the Friends of the Mines of Spain. 4.10 — Schedule It is the intent of the City that the project shall be completed within four months (4) after signing of the contract. 5.0 USE OF CITY RESOURCES 5.1 Use of City Resources for the RFP Preparation Page t4 of 2? • All information requests shall be directed to the City's Project Manager 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 • Most current aerial photograph of the project area A current aerial photograph of the City of Dubuque is available in SID file format on DVD if requested by the Consultant. • CADD line work drawings of City Roads (PDF and AutoCAD Format) are available on DVD if requested by the Consultant. 5.3 - City Resources Available to the Selected Consultant • The City will 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 and the Engineering Department. Digital aerial photos of the City of Dubuque were taken in the spring of 2009. • Proposed land use plans for project area • City Planned and Programmed Transportation Improvements • Topographic survey of the affected corridors wilt be provided. 6.0 1NFO12MATLON TO BE INCLUDED IN PROPOSAL The Proposal should address all of 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 Consultant's understanding of the work and list the Project Manager's the name, address, telephone number, fax number and a -mail address. The name that is provided for the Project Manager will be used as the primary contact person during the REP evaluation process. Index Each proposal shall contain a table of contents that delineates each section contained in the proposal and the corresponding page number. Page 9 of 27 Profile of Finn Provide general information about the Firm, along with its area of expertise and experience as it relates to this REP. Describe the experience and success of the Firrn 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 Consultant's 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 Consultant's approach to the completion of the project. The work plan, at a minimum, should include those components 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 Consultant's unique philosophy or insight regarding it's 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 he 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 roadway and traffic signal design for municipalities similar to Dubuque. Page 10 of 27 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. Understanding 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 REP is not required. Proposed Protect 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 REP submission deadline. Remember to separate the proposed budget from the other portion of the RFP submittal. Initial screening will be done without knowing the Consultant's 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 to the City's designated Project Manager. 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 REP 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 2:00 p.m. CDT on June 18, 2013. Any inquiries received after this date will not be answered. When submitting a question to the Project Manager, please include the appropriate Consultant contact information. Page 11 of 27 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 Consultant's proposal. Project Manager contact information is as follows: Jon D'renst, P.E. Project Manager Gity of Dubuque Engineering Department 50 West 13th Street Dubuque, IA 52001 860 SUBMISSION REQUIREMENTS Phone: 563.5894270 Fax: 563.589.4205 E -mail: jdienst ©cityofdubuque.org 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 Y Submittal Deadline: June 20, 2013 before 2:00 p.nr. CST ▪ Submittal Location: • Submittal Contact & Mailing Address: City of Dubuque Engineering Department 50 West 13th Street Dubuque, Iowa 52001 -4864 Gity Engineer City of Dubuque Engineering 50 West 13th Street Dubuque, Iowa 52001 -4864 ▪ Submittal Copies: Seven (7) sets of the proposal shall be provided. Submit one (1) original signed proposal, six (6) copies and also an electronic .pdf version, all labeled EB Lyons Interpretive Area Design and Construction Management Services. 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 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 Page 12 of 27 cost proposals. Proposals should not include any pre-printed or promotional materials. Any proposals exceeding 16 numbered pages will not be considered. 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 Consultant's responsibility to ensure that you have received all addendum 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 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 retumed 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. AU results from this project will remain the properly of the City of Dubuque. Upon receiving this RFP, we request that you complete the "Receipt of Proposal Acknowledgement" -•• "No Response Reply" information contained on the first page of this document and return it to the City's Project Manager by mail, fax 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, Jon Dienst, P.E. Civil Engineer 11 City of Dubuque Page 13 of 27 TUR CITY OP E8 Lyons Interpretive Center Addition DUB Design and Construction Management Masterpiece on the Mississippi Services City of Dubuque, Iowa Consultant Professional Services Request for Proposal May 30, 2013 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. A 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 preparation of roadway and traffic signalization plans or similar: 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 en municipal projects in Iowa. Quality and completeness of the written proposal. The proposal should clearly demonstrate understanding of the City's overall objectives in the preparation of the Eta Lyons Interpretive Area Addition — Design and Construction Management Services. 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 A 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 following 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 preparation of roadway plans and traffic signalization plans or similar: 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 Finns experience working together. d. Experience of the Consultant working on municipal projects. e. Experience of the consultant in working with the Iowa DOT and Iowa DNR. f. Experience of the Consultant working an municipal projects in Iowa. g. Experience of the project team working with the public and other project stakeholders in preparing plans for park facilities. h. Overall success of past projects completed for the City of Dubuque Page 15 of 27 Quality and completeness of the written proposal. The proposal shoutd clearly demonstrate understanding of the City's overall objectives in the completion of the EB Lyons Interpretive Area Addition — Design and Construction Management Services for the City of Dubuque. 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. 0. 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 EB Lyons Interpretive Area Addition — Design and Construction Mangement Services for the City of Dubuque in relationship to the services offered. SELECTED CONSULTANT - FEE NEGOTIATION PROCESS Upon the completion of the evaluation of the proposals, the RFP Selection Committee will recommend to the City Manager or 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 Finn'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. No individual task on the WBS shall have a total value exceeding $10,000. 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 Gity if desired. Once the selected Consultant has prepared the WBS, the Gity 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 WI3S 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 he 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. Payment for Work: The Consultant awarded the contract shall be paid once month. The invoiced amount shall be based on the Earned Value of the percent work completed as reported on the most recently updated and submitted WAS. Page 17 of 27 THE CCl'Y OF EB Lyons Interpretive Center Addition DUB Design and Construction Management IMasterpiece on the Mississippi Services City of Dubuque, Iowa Consultant Professional Services Request for Proposal May 30, 2013 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 REP that the words "shall", "must ", or "will" are equivalent in this RFP and indicate a mandatory requirement or condition, the material deviation from which shall not he 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. 'Any 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 shalt 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 THE WY OF EB Lyons interpretive Center Addition DUB Design and Construction Management Masterpiece on the Mississippi Services City of Dubuque, Iowa Consultant Professional Services Request for Proposal May 3012013 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 PANS. 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 Iowa, in accordance with the current Code of Iowa. 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 technica€ 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 City from 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, disease or death, or injury to or destruction of property (other than the Project itself) including toss 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 Consultant or Consultant's 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 City'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 sale risk and without liability or legal exposure to the Consultant. The City acknowledges the Consultant's 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 alt 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 Cifyor 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 Consultant 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. S. SUBLETTING, ASSIGNMENT OR TRANSFER. Subletting, assignment, or transfer of all or part of the interest of the Consultant in this Agreement is prohibited untess written consent is obtained from the Engineer and approved by the City. Page 22 of 27 THE CITY 01' EB Lyons Interpretive Center Addition ]SUB Design and Construction Management Masterpiece on the Mississippi Services City of Dubuque, Iowa Consultant Professional Services Request for Proposal May 30, 2013 Appendix D Insurance Requirements Page 23 of 27 City of Dubuque Insurance Requirements for Professional Services 1. Insurance Schedule C shalt furnish a signed Certificate of insurance to the City of Dubuque, Iowa for the coverage required in Exhibit 1 prlorto commencing work and at the end of the project If the term of work is longer than 60 days. Providers 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 ACOItld form approved by the Iowa Department of Insurance or an equivalent. Each certificate shall include a statement under Description of Operations as to why hsued. Eg: Project It or Lease of premises at or construction of 2. All pnpdcs of Insurance required herawider shall he with a carrier authorized to do business in Iowa and all carriers shall have a rating of A or better hi the current A.M. Best's Rating Guide. 3. Each Certificate shall be furnished to thecontracting department of the City of Dubuque. 4. Failure to provide minimum coverage 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. S. Subcontractors and sub subcontractor performing work or service shall provide a Certificate of Insurance in accord with Exhibit I. 6. All required endorsements to various policies shall rte attached to Certificate of insurance. 7. Whenever a specific.. ISO form is listed, an equivalent form may be substituted subject to the provider Identifying and listing in writing alt deviations and exclusions that differ from the ISO form. S. Provider.stili be required to carry the minimum coverage/limits, or greater if required by law or other legal agreement, in Exhibit I. 9. Whenever an ISO form Is referenced the current edition of the form must be used. Page 1 of 3 Schedule C, Professional Services April, 2013.Ooc City of Dubuque Insurance Requirements for Professional Services Insurance Schedule C (continuedj Exhibit A) COMMERCIAL GENERAL UARIUTY General Aggregate Limit $2,000,000 Products - Completed Operations Aggregate limit $1,000,000 Personal and Advertising Injury Limit $1,000,000 Each Qccurrence $1,000,000 Fire Damage Limit (anyone occurrence) $ S0,000 Medical Payments $ 5,000 a) Coverage shall bewritten on an occurrence, not claims made, form. All deviations from the standard 150 commercial general liability form CG 0001, or Business owners form BP 0002, shall be clearly identified. I)) Include ISO endnrsernent form CG 25 04 "Designated Location(s) General Aggregate Limit" or CG 2503 "Designated Construction Project (s) General Aggregate Limit" as appropriate. c) include endorsement indicating that coverage is primary and non.contrihutory. d) include endorsement to preserve Governmental immunity. (Sample attached). e) Include an endorsement that deletes any feflow employee exclusion. f) include additional insured endorsement for The Ctty 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 150 form CG 2026. I3) AUTOMOBILELIABLU1y $ 1,000,000 (Combined Single Limit) C) WORKERS' CQfyMPENSATION & EMPLOYERS f 4511E Statutory benefits covering aH employees injured on the job by accident or disease as prescribed by Iowa Code Chapter 85 as amended. Coverage A Statutory—State of Iowa Coverage B Employers Liability Each Accident $W0,000 Each Employee- Disease $100,000 Milky iintlt•Disease $500,000 Policy shall Include an endorsement providing a waiver of subrogation to the City of Dubuque. Coverage R Melts shall be greater If required by Umbrella Carrier. 0) UMBRELLA LIABILITY $1,000,000 Umbrella liability coverage must be at least following farm with the underlying policies included herein. E) PROFESSIONAL LIAOILYTY $1,000,000 Page 2 of 3 Schedule C, Professional Services April, 2013.0oc City of Dubuque Insurance Requirements for Professional Services Preservation of Governmental Immunities Endorsement 1. Nonwaiver of Governmental. immunity. The insurance carrier expressly agrees and states that the purchase of thls policy and the Including of the City of Dubuque, Iowa as an Additional Insured does not walvc any of the defenses of governmental Immunity available to the City of Dubuque, Iowa under Code of lowo Section 670.4 as it is now exists and as it may be amended from time to time. 2. Claims Coverage, The insurance carrier further agrees that this policy of Insurance shall cover only those claims not subject to the defense of governmental immunity under the Code of fowa 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 Immunity- The Clty of Dubuque, Iowa 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 insurance carrier. 4. Non - Denial of Coverage. The insurances farrier shall not deny coverage under thls policy and the insurance carrier shall not deny any of the rights and benefits accruing to the City of Dubuque, Iowa underthis policy for reasons of governmental Immunity unless and until a court of competent jurisdiction has ruled In favor of the defensefs) of governmental immunity asserted by the City of Dubuque, Iowa. No Other Chancre in Policy. The above preservation of governmental immunities shall not otherwise change or alter the coverage available under the policy. SPECIMEN Page 3 of 3 Schedule e, Professional ServicaApril, 2013.Doc THE CITY OF EB Lyons Interpretive Center Addition DUB Design and Construction Management Masterpiece on the Mississippi Services City of Dubuque, Iowa Consultant Professional Services Request for Proposal May 30, 2013 Appendix E Project Related Data Page 27 of 27 Celebrating trees is an Anmerican tradition. Each of the 50 states has designated an official state Tree "through legislative action." Texas was (he first state with their selection of the pecan tree in 1919 and Kentucky was the most recent with the tulip poplar tree in 2012. The creation of America's State 'free Woodland Walk is proposed to be planted in September 2013 as part of a large annual conference of the National Association of Slate Park Directors (NASPD), Tho tree plantings will represent state trees from 46 sates and will showcase the best of the hardiest, disease - resistant trees species that grow in Iowa. The Woodland Wnik will feature table -top educational panels highlighting the state tree species from all 50 states along with their similarities, differences (seed, flower, color), habitat preference, and recommended planting lips. The gift of four seasons will be celebrated with bold spring flowers of redbuds, flowering dogwood, magnolia; summer splash of the tulip poplar, buckeye, and pecan; Eery fall color of sugm• maple as well as the muted hoes of oaks; and a winter study of greens from firs, pines, hemlock, and spruce. A paved accessible walkway will wind through the tree plantings and will Include an American cln "cathedral" with signage that describes the history of the elm, teach about the devastation of Dutch ehn disease, as well as the new disease - resistant options that are recommended for phmting today. America's State Tree Woodland Walk is part of a larger development of the recent 52 -acre addition to 913 Lyons inter- pretive Center which will include expanded nature -study opportunities, n one half mile accessible paved troll, picnic shel- ter, raiment, youth group camp area, overlook classroom and additional parking for the Interpretive Center. Estimated at 8405,000, the construction development of the trail facilities is plumed for summer/fall 2013. This Is imtnediately adja- cent to the I,387 -acre Mines of Spain State Recreation Area, n National Historic Landmark ,winch is rich in natural and cultural resources including 3 miles of Mississippi shoreline; 252 archaeological sites; history of various lead mining methods; and home to 468 plant species, 37+ animal species, and 2131 bird species. The creation and planting of America's Stale Tree Wood- land Walk will bean event in and of Itself; with the national state park directors planting their state trees, installing Iho 18 table -top educational panels and constructing a fmmsided in crpretive kiosk. Regional press will be In attendance. P75Tt REAP Pt eyprsee 2012 REAP FY 2015 tarsal COOTG$AKT LRVM 1GJR FMCS CITY INN; Not identhtd 1aidAAc3uchlonkkperlar Lane 7urihase (5545OO130oreaedvalue) 5 312003 $ 595,900 $ 115,100 Recordlr5, Pecs 5 100 $ 100 Legal 5 500 5 509 initilaperaurol end V•dtte 5 IOW 5 2.070 RoalIne doses (thronth De: 2012) 5 251100 S S,iGA $ 111.003 Atd 0Sq^y Phase 1 $ SADO - $ SA03 Dee. icEvaluseen 5 9.003 $ 5X07 ' 5 4 ,0000 P,oeert taxc S 509 $ 50D OP WELL (lams Plianknsl .- 947 $ 997 De oreadctlan of Souse S 201100 $ 11000 i 5 10,000 ASBESTOS TSTOLC. $ 10a S 1.552 15051- l53EST76 P4WOVAL(.sdnb'.s.s4ill(a S 6,325 5 6,526 Occonst':•udon al Barn 5 20,:00 $ 10.003 S 2.1%7 5 7.925 San 51eMsstr Van 5 25.000 $ 75.070 arsine Rerar4:NcG0r lseedand plamin3) i S 20.0001 5 20,000 arable ReconsuuttIOn (site 7NP) 5 10000 5 10,000 Roved Prahic Trail 5 132.000 5 132,000 Paved ADA Trai: -. EB Lyons» Prairie Tra11 5 15.0031 S 15/000 Endnecrin6•Phase l pealing less. trails $ e.500 $ 62300 Make i$35AOOfete aadesign • use upaale0 atnEn ealdefnes7) $ 75.003 $ 21500 5 13,M0 S 40,000 New remnant 1990k far nevi oaten} $ 45.010 $ 1000D 5 10.0001 '5 25.000 Prairie ?railhead Padang and roadways S 50.00: S 5E900 5 5.100 Ovedbolu04016or Classroom $ 25.030 5 '15,000 5 10 .000 Them wow cam a(ea 5 5.000_ I $ 5.000 E.6. Lyon RellIoom rcola:Cmcot 5 35.0001 5 35.000 (3. Lyons Ddrayec and W . ;lib Imorevemylts $ 00.070; $ 17:3:0 tondnjcncy 5 61.703 5 51.700 Inte:retive klaskand exhibits. Siam T.ee Woodland Walk 5 35.0001 5 351103 E3 bons 70rkinai emonsios,toad. retaining wall $ 175.003 5 113.900 5 67,1117 eioreenmiar. Cells 5 251133 $ 2000 5 2,200 .0S5. S 200.000 5 200000 5 175.000 $ 17.500 5 20000 5 65.000 5 151.252 5 - 5 5.050 S 202502 S 997,222 ! Funding Salan:e 1 5 (202.9531 iB+t4linarin enierroPassea•bourn ` Shoo Dernddon and Park Sells Bo lekig anctruaion 5 520.000 5 S09503 $I!Dnec,IRg and <cvdngeney J S 130.010 1 $u'&W51 Rode II 1 $ 650,000 1 1 OPTIONS Other Slteiter template options are hltstrated Yo the right. Conside'atars of context, imended /undo, and entry seauerse ',)dl have an imp in select€ng the appropriate option. The mall length to width of The shelter should be targeted a:a ?a40 pr000r;ion, Growing the shelter width mush beyond 40 feet a not feasible, bat the length oen be modules teyond 70teetantcoutd be considered for unique slaations. de50 P 4 c - nisnis Option B Gaya ooktrnns apex. titq ends of the Shaer and proulde a possible enby testa. Option C The cen G r ne columns are eliminated. Option to The stone column uses are eliminated. 67 I - .q 1 , .,,_1'„ 1 WTTM.) 71711. r rnirrnieri irlfe•.1•+ /*vj.�' �' I _' J ZII. Lyons N.p•do• \rrw AdCOon MInm of Spnnitnd: Xntr<adonsu. Wildlife Buffer Mown Path Overlook/ Outdoor Classroom ADA AccessiblK Trail To Edging Mes6vraltrhail • MMES. a' Srdin yotbh" 6roopCamRA(g Prairie Trailhead _iIE�CiVS[e Building ;$(orentontion Cell Parking Fapataid ExistIng EB Lyon: intrcple:ive Center Ex.,, -9 Fi - -orl[ Jtne Cellar r tx"iGng ri,s:oric 1 'I in[ Chapel .� F1.i5hn] Hti:nnC , Root Cellar • i EB Lyons Interpretive Area Addition - Proposed Improvements raxafn X1 E.B. Lyons Interpretive Area Addition — F,B.!yons Interpretive Area Boundary 0' 150' 300' 600' samrpxa• u. tat 14... I$ayn' Produced By: bla VaIX IlIer 1 ilase 1 lManlall{'AI Rpg...