Loading...
RFP Dubuque Marina Project~ Dubuque THE CITY OF DUB E A°-~~~~ Masterpiece on the Mississippi 2007 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Port of Dubuque -Riverside Marina Project Request for Proposals for Professional Consultant Services DATE: May 14, 2008 City Engineer Gus Psihoyos is recommending issuance of a Request for Proposals for Professional Consultant Services to complete the preliminary development, environmental review, final design and develop construction documents for the Port of Dubuque -Riverside Marina Project. I concur with the recommendation and respectfully request Mayor and City Council approval. Mic ael C. Van Milligen MCVM/jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Gus Psihoyos, City Engineer THE CITY OF DUbUgUe 'W~ DT TR ~ All•Amera;aCily V IJ ~ ~' Masterpiece on the Mississippi 2007 TO: Michael C. Van Milligen, City Manager FROM: Gus Psihoyos, City Engineer ~ ~ SUBJECT: Port of Dubuque -Riverside Marina Project Request for Proposals for Professional Consultant Services DATE: May 13, 2008 INTRODUCTION The purpose of this memorandum is to request City Council approval to initiate the Request for Proposals process for Professional Consultant Services to complete the preliminary development, environmental review, final design and develop construction documents for the Port of Dubuque -Riverside Marina Project. BACKGROUND The City of Dubuque, in cooperation with the Iowa Department of Natural Resources, will receive a $3,037,802 BIG Tier II (Boating Infrastructure Grant) from the U.S. Fish and Wildlife Service to develop visiting boating facilities along the Mississippi River at the Port of Dubuque. DISCUSSION The Port of Dubuque -Riverside Marina Project will be located on the main channel of the Mississippi River, downstream of the railroad train bridge. It is intended that the proposed transient marina facility will accommodate up to 92 slips for boats 26 feet in length or greater. In addition to the transient slips, accommodations will include laundry facilities, sanitary pump-out facilities, a dockside shower and bath facility, and full dock utilities including water and electrical connections. Upland connections, structures, walkways and utility connections are to be included in this project. The Port of Dubuque - Riverside Marina Project will be designed to be universally accessible. The consultant selected for this project will have the specialized staff and experience in marina development and design, in addition to the required environmental reviews, permitting, and knowledge of current marina and dock construction standards. The consultant shall also have prior experience and shall assist with the development of a business management plan, an operational plan and budget, along with a marketing plan for the transient marina facility. The Project Steering Committee for Port of Dubuque -Riverside Marina Project includes: Cindy Steinhauser, Assistant City Manager Robert Schiesl, Assistant City Engineer Steve Sampson Brown, Project Manager Laura Carstens, Planning Services Manager Jenny Larson, Budget Director Don Vogt, Public Works Director Gil Spence, Leisure Services Manager Ken TeKippe, Finance Director Kelley Schiesl, Marketing Director, Chamber of Commerce The Project Steering Committee will assist with the consultant selection process and will provide input through project development phase for this project. PROJECT SCHEDULE The preliminary schedule for the Port of Dubuque -Riverside Marina Project is as follows: • RFP's released to consultants: • Response Proposals due: • Committee Review & Interview: • Recommendation to City Council: • Consultant -Issued Notice to Proceed: • Planning, Environmental, Permits & Design • Complete Construction Documents: • Public Bidding Phase: • Contract Award: • Marina Construction: BUDGET IMPACT May 23, 2008 June 20, 2008 July 7 thru 11, 2008 July 21, 2008 August 4, 2008 August 2008 -January 2009 February 2009 March, 2009 April, 2009 April -July 2009 The estimate of probable cost for Port of Dubuque -Riverside Marina Project, including preliminary and final design, environmental review and construction is $4,126,752. The project funding summary is as follows: CIP No. Fund Description Fund Amount BIG Tier II Grant $3,037,802 1011861 Transient Docks -Main Channel 625,000 1021861 Transient Docks -Main Channel 250,000 3501861 Transient Docks -Main Channel 213,950 Total Project Funding $4,126,752 ACTION TO BE TAKEN I respectfully request City Council approval and authorize to initiation of the Request for Proposals process for Professional Consultant Services to complete the preliminary development, environmental review, final design and develop construction documents for the Port of Dubuque -Riverside Marina Project. Attachment Prepared by Robert Schiesl, Assistant City Engineer cc: Cindy Steinhauser, Assistant City Manager Steve Sampson Brown, Project Manager Jenny Larson, Budget Director Laura Carstens, Planning Services Manager Don Vogt, Public Works Director Gil Spence, Leisure Services Manager Ken TeKippe, Finance Director Kelley Schiesl, Marketing Director, Chamber of Commerce REQUEST FOR PROPOSAL (RFP) THE CITY OF ISSUE DATE: DATE, 2008 L~.uB ,~ CONTACT: Robert Schiesl PHONE NO: 563-589-4270 FAX NO: 563-589-4205 Masterpiece on the Mississippi EMAIL: bschiesl@cityofdubuque.org SUBMIT PROPOSAUOFFER PRIOR TO: SUBMIT TO: CLOSING DATE: DATE, 2008 SEE Section 8.0 CLOSING TIME: 2:00 P.M. CDT FAX/EMAIL NOT ACCEPTED DESCRIPTION: Port of Dubuque Riverfront Marina Project Mississippi River City of Dubuque, Iowa 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: TITLE OF AUTHORIZED REPRESENTATIVE: EMAIL: PHONE: PORT OF DUBUQUE RIVERFRONT MARINA PROJECT MISSISSIPPI RIVER CITY OF DUBUQUE, IOWA REQUEST FOR PROPOSAL CITY OF DUBUQUE ENGINEERING DEPARTMENT DATE, 2008 Port of Dubuque Riverfront Marina Project Mississippi River City of Dubuque, Iowa Consultant Professional Services Request for Proposal DATE, 2008 INTRODUCTION The City of Dubuque, Iowa (hereafter referred to as The City) is soliciting competitive sealed proposals from qualified professional consulting firms for professional services to complete the planning, preliminary development, environmental compliance, final engineering design, develop construction documents, bidding and construction phases for the Port of Dubuque - Riverfront Marina Project located on the Mississippi River. Page 2 of 29 It is anticipated that the timeframe for the project will be approximately six 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 timeframe, under the general direction and coordination of the City's Engineering Department as authorized by the City Council. 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.cityofdubuque.org. 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. The following is background information regarding the development of the project and submittal requirements: • Project Description, Background and Funding • Scope of Services • Project Schedule • Submittal Requirements • Selection .Process and Criteria PROJECT BACKGROUND The City of Dubuque, in cooperation with the Iowa Department of Natural Resources, will receive a $3,037,802 BIG Tier II (Boating Infrastructure Grant) from the U.S. Fish and Wildlife Service to develop visiting boating facilities along the Mississippi River at the Port of Dubuque. A unique opportunity exists with the Riverfront Marina Project because of its proposed location adjacent to "America's River Project." The America's River Project is a cooperative effort of the City of Dubuque, the Dubuque County Historical Society, the Dubuque Area Chamber of Commerce, Dubuque County, the State of Iowa Vision Iowa Fund, and the Platinum Hospitality Group. This private-public partnership has created a national campus of educational, environmental, recreational and historical activities that focuses on the Mississippi River. Page 3 of 29 Situated adjacent to the America's River Project, the Riverfront Marina project will provide much needed transient docking facilities that will allow users access to the many exciting amenities the Port of Dubuque has to offer, including: National Mississippi River Museum & Aquarium Diamond Jo Casino Dubuque River Rides riverboat excursions Ice Harbor Park Mississippi Riverwalk Recreational Trail American Trust River's Edge Plaza Grand River Convention Center Grand Harbor Resort and Waterpark Alliant Energy Amphitheater In addition, adjacent downtown Dubuque offers a wide variety of restaurants, bars, theaters, hotels and historic destinations that will appeal to and attract transient dock users. PROJECT DESCRIPTION The Port of Dubuque - Riverfront Marina Project will be located on the main channel of the Mississippi River, downstream of the railroad train bridge. It is intended that the proposed transient marina facility will accommodate up to 92 slips for boats 26 feet in length or greater. In addition to the transient slips, accommodations will include laundry facilities, sanitary pump-out facilities, a dockside shower and bath facility, and full dock utilities including water and electrical connections. Upland connections, structures, walkways and utility connections are to be included in this project. The Port of Dubuque - Riverfront Marina Project will be designed to be universally accessible. PROJECT FUNDING The City has established funding for the project. The budget for the project is $4,126,000.00 including preliminary and final design, environmental review and construction. The City has received a U.S. Fish & Wildlife Service -Boating Infrastructure Grant (BIG) Tier II administered in Iowa by the Iowa Department of Natural Resources (IDNR). These funds will be used for engineering and other professional consulting services, for design and construction of the project, for obtaining permits, and for environmental review requirements. Page 4 of 29 The City is now ready to proceed with the BIG project. Federal regulations require the City to use a RFQ/RFP process in the selection of professional consulting services for the project. The Contract Agreement between the City and the IDNR for the BIG Tier II funding is provided in this RFP. PUBLIC INVOLVEMENT At least three public informational meetings will be held during the project to gather input, communicate progress and present concepts. Two additional public meetings with the City Council will be included with the project. The City Council will be kept informed of progress and proposed concepts for the duration of the project. Key members of the project team are expected to be present at all public involvement meetings. All deliverables should be submitted in hardcopy and electronic formats compatible with the City's computer software and hardware. SCOPE OF SERVICES A concept plan for the development of the marina is included in the BIG application provided in this RFP. This concept should serve as a starting point for development of this project and it is fully understood that changes to this concept are expected as the project progresses. This project includes the following items as set forth in the BIG application, that the City expects the Riverfront Marina Project to offer transient boaters: ^ 92 Slips for boats larger than 26' with dock & utility services and ice protection system. • Adequate mooring capacity • Fuel dock • Laundry facilities • Quality pump out and waste reception equipment • Navigational aids • Dockside shower/bathhouse facility • Safe, high quality lighting, electrical and water hook-ups and safe walkways • A floating wave attenuator and outside pier • Mooring buoys • Adequate areas for boaters with mechanical problems to receive service • Deep water at a number of boat slips • ADA Accessibility • One time dredging Page 5 of 29 This project will require the services of amulti-disciplinary consulting team. It is expected that this team will have a minimum of 5 years of experience in marina design and implementation, have specific experience in designing and engineering marinas in a river environment and be thoroughly experienced with the challenges posed by water level changes on the Mississippi River. Because of the nature and scope of services required, it is anticipated that a Civil Engineering consultant will be the lead on this project. Task 1-Environmental Assessment The IDNR has advised that the City should pursue environmental compliance prior to or concurrently with design, engineering and marina management services. The IDNR has noted that pursuing environmental compliance concurrently may cause the City to alter the project in some way, such as move its location slightly or reduce the scope of work. The IDNR has identified areas of concerns include threatened/endangered species, wetlands, organized public opposition, and cultural resources. In consultation with the IDNR, the City has identified the need for a mussel survey of the project site plus the perimeter area around the boundary to provide the City with flexibility in case the City has to modify its desired location. During the winter, bald eagles use shoreline trees at the project site as roosting places while fishing at open water sites on the river. The bald eagles do not nest in these trees. The IDNR has advised that threatened/endangered species and public opposition have a chance of altering the project's scope. The IDNR has recommended that the City hold a public meeting to describe the project to the public and to receive comments. For this project, the City must comply with all applicable Federal laws, regulations, and policies. The City must comply with environmental and other laws, as defined in Fish and Wildlife Service Manual 523 FW 1. Consultant will assist the City in satisfying Federal Aid Compliance Requirements as described above and identified in Fish and Wildlife Service Manual 523 FW 1(available on the Internet at http://www.fws.gov/policy/523fw1.html). Task 2-Permit Acquisition This project will require a Section 404 Permit from the U.S. Army Corps of Engineers (USAGE) and a Section 401 Water Quality Certification from the IDNR. Consultant will prepare the joint USAGE/IDNR permit application and submit for review. A pre-submittal meeting is encouraged and consultant shall prepare all presentation material and set up all meetings regarding the permit application and review process. Page 6 of 29 Consultant shall respond to all public notice concerns and attend one pre-submittal meeting and one onsite coordination meeting with regulatory personnel. Task 3-Final Planning Phase: Meet with City personnel and the Project Steering Committee to review the concept plans and discuss potential changes/modifications. 2. Obtain all necessary background information relative to the project including utilities, aquatic, and other data from involved government agencies. 3. Prepare a Memorandum of Understanding and submit to the City and Marina Committee detailing meeting discussions, including recommended changes to the final scope of the project along with a revised concept drawing of recommendations. The City and Marina Committee will review and submit written confirmation, noting any requested changes of the Memorandum of Understanding. Task 4-Facilities Management RFP: The consultant or consultant team selected should demonstrate the experience and resources needed to market and manage a successful marina project that will support and be compatible with the commercial/entertainment activities of the America's River Project at the Port of Dubuque. Prior experience with marina development, marketing and/or management will be considered in evaluating the qualifications of the consultant or consultant team. Previous direct involvement in similar projects and the ability to complete the project in a timely fashion will also be factors in considering the most qualified candidates. Consultant shall provide facilities management services to assist the City in establishing policies, standards, and procedures for the efficient operation of the Riverfront Marina. The facilities management services to be furnished include, but shall not be limited to, assisting City in carrying out the functions of marina planning, marketing, real estate management, equipment and building utilization and maintenance, security, scheduling, fees, service standards, purchasing, accounting, budgeting, safety, insurance and claims, employee selection and training per City guidelines, public relations, equipment selection, grant applications, and all other normal managerial functions reasonably required in the day-to-day operation of the Riverfront Marina. Task 5-Preliminary Design Phase: Perform all necessary design service listed below, but not restricted to: 1. Prepare a preliminary report establishing design criteria; outlining layout of service building, equipment, docking slips, walkways, parking lots, utility Page 7 of 29 requirements and dimensional, requirements; summarizing preliminary estimates of cost; and noting any environmental issues and providing recommendations. 2. Prepare preliminary plan and profile for proposed walkways, parking lots, and all proposed structures, docking facility and utilities, and scaled plan of the existing site with 1-foot contours. 3. Perform and coordinate all necessary soil borings. The contract to perform this work will be directly with the City. 4. Review preliminary plans with City staff and Project Steering Committee. 5. Prepare presentation materials and attend one public hearing/informational meeting. City will notify public and conduct public hearing. Task 6-Final Design Phase: 1. Preparation of plans on reproducible medium, special provisions and contract documents in accordance with city, state and federal requirements. 2. Perform all additional design surveys necessary. 3. Prepare all necessary designs for the proposed improvements. 4. Meet with city staff and committee at 35%, 65%, and 95% completion to review the project. 5. Provide intermediate and final cost estimates. 6. Attend a public hearing/informational meeting on plans, specifications, construction sequence, duration of construction, and estimate of cost. 7. Prepare and submit all applications, statements, forms and permits to state and federal agencies including erosion control plan. 8. Provide City with electronic copy of plans, specifications, and contract documents. Task 8-Construction Documents: 1. Provide 5 sets of construction bidding documents to the City. Task 9-Bid Phase Support Services: 1. Provide 5 sets of bidding documents to the City. Page 8 of 29 2. Prepare advertisement for local newspaper and plan rooms. Cost for advertisement to be invoiced directly to City. 3. Distribute bidding documents to potential bidders and maintain a list of bidders obtaining documents. 4. Respond to contractor or supplier questions. 5. Prepare and distribute addenda as required to clarify the bidding documents. 6. Conduct pre-bid meeting. 7. Attend the bid opening, assist in evaluation of bids, and prepare a recommendation for award of contract. Prepare construction contract and supporting documents. Construction Phase Services: It is anticipated that the Construction Phase Services will be performed by the consultant. However, the City of Dubuque reserves the option of handling the Construction Administration and Inspection using City staff for this work. ADDITIONAL SERVICES The construction phase services below are not included as part of this RFP. These services may be required at a later date. Project Administration Phase: 1. Arrange and conduct pre-construction conference with contractors, suppliers, utilities, government agencies, and City staff. 2. The project consultant shall make timely visits to the project site during the course of construction. 3. The project consultant shall respond to questions as to quality and acceptability of materials furnished and work performed; the rate of progress of work; interpret plans and specifications; and troubleshoot problems arising during construction. 4. The project consultant shall provide resolution to the City of disputed and mutual rights between contractor, contract documents, and questions as to acceptable fulfillment of the contract by the contractor. Page 9 of 29 5. Prepare all necessary site inspection reports. Also collect, review, and maintain records for materials, quantities and other documents in accordance with contract documents. 6. Provide project closeout documentation, including record documents. 7. Negotiate, prepare and secure approval of all change orders necessitated by construction. 8. Make all necessary calculations to determine accuracy and veracity of change order requests. 9. Review and make recommendations concerning shop drawings. 10. Conduct bi-monthly construction meetings. 11. Review periodic pay estimates and submit to the City Project Manager with documentation of quantities for approval and recommendations. 12. Upon project completion, the final contract quantities shall be determined by field measurements or, if agreeable to the City and contractor, from records kept during construction and payment documents submitted to the contractor and the City for approval. 13. Prepare necessary certificates of completion for City Council acceptance. 14. Submit all necessary documents to applicable regulatory agencies upon completion of construction. 15. Prepare punch lists, conduct a final inspection, review contract closeout documentation, and recommend final. payment to close out the construction contract. 16. Prepare as-built drawings. 17. Provide City with one reproducible and correctable copy of as-built record drawings and electronic disk in Auto Cad format of the as-built record drawings. 18. Project Development Certificate at completion of the project. Construction Observation: Consultant will provide Resident Inspector as necessary throughout the construction period. The Resident Inspector's responsibilities include the following: Page 10 of 29 1. Provide on-site inspection and documentation utilizing a technician or engineer with a minimum of three years experience in the inspection and construction of street paving and utilities. 2. Inspector to observe the progress and quality of the work. 3. Prepare construction-inspection daily reports and submit to City through Consultant's office for weekly report. 4. Document daily activities, progress, problems, and quantities, and keep records for use in preparation of as-built drawings including elevations, lengths, depths, etc. 5. Verify construction alignment and grades, etc. to insure proper construction and proper drainage, and determine if the work is proceeding in general conformance with the intent of the contract documents. Deliverables: The scope of services will be considered to be complete upon delivery of the following items to the satisfaction of the City: 1. Final Planning Report 2. Preliminary Plans 3. Environmental Clearance 4. Permits 5. Check Plans 6. Final Plans, including all specifications, bid documents, special provisions 7. Construction Record documents and drawings 8. Project Certificate of Completion Note: All drawings shall be delivered in AutoCAD format to the City of Dubuque. Project Coordination: The consultant's project team will work with a Marina Committee of community volunteers and marina users appointed by the City Council. PROJECT SCHEDULE The following schedule is anticipated for the project: Request for Proposals received DATE, 2008 Interview of selected consultants between DATE, 2008 Selection of consultant by DATE, 2008 Notice to proceed by DATE, 2008 Planning and Design DATE, 2008 Page 11 of 29 INFORMATION 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 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 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. Provide a second alternative or hybrid strategy with a modified scope of services and expanded budget that would improve the results of this project. 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 Page 12 of 29 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 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 marina development projects on the main channel of the Mississippi River. 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. Page 13 of 29 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. 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 Consultant's proposed fee for services. 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 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 2:00 p.m. CDT on DATE, 2008. 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. From the date of issuance of the RFP until final City action, the Proposer shall not discuss the RFP with or contact any City of Dubuque staff 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. Page 14 of 29 Project Manager contact information is as follows: Robert Schiesl Assistant City Engineer City of Dubuque Engineering Department 50 West 13th Street Dubuque, IA 52001 8.0 SUBMISSION REQUIREMENTS Phone: 563.589.4270 Fax: 563.589.4205 E-mail: bschiesl@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 ^ Submittal Deadline: DATE, 2008 on or before 2:00 p.m. CST ^ Submittal Location: City of Dubuque Engineering Department 50 West 13th Street Dubuque, Iowa 52001-4864 ^ Submittal Contact & Mailing Address: Robert Schiesl, Assistant City Engineer City of Dubuque Engineering 50 West 13th Street Dubuque, Iowa 52001-4864 ^ Submittal Copies: Twelve (12) sets of the proposal shall be provided. Submit one (1) original signed proposal, eleven (11) copies and also an electronic .pdf version, all labeled Port of Dubuque - Riverfront Marina Project. 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 a-mail proposals will be accepted. The proposal must be a document of not more than twenty (20) 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. Page 15 of 29 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 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 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 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, Robert D. Schiesl Assistant City Engineer City of Dubuque Page 16 of 29 Port of Dubuque Riverfront Marina Project Mississippi River City of Dubuque, Iowa Consultant Professional Services Request for Proposal DATE, 2008 Appendix A Consultant Evaluation and Selection Process Page 17 of 29 EVALUATION and SELECTION The Project Steering Committee will evaluate the submittals. The Project Steering Committee will then determine if interviews will need to take place with a shortlisted number of firms. Each proposal will be evaluated in detail. Additional information may be solicited from your firm. The contract will be awarded on the basis of overall strength of information provide and demonstrated competence, experience and qualifications for the services to be performed. Submitters should be aware that the scope of work of the contract as well as its terms and conditions are subject to negotiation by the City. A consultant selection committee will conduct the selection process, which may include interviews. The City anticipates conducting interviews of shortlisted firms two weeks after the deadline, with the final contract submitted to the City Council for approval shortly thereafter. Consultant Evaluation Criteria: Responsiveness and Grasp of Project Requirements - 10% a. Was the information requested in the RFP completely addressed? b. Is there a good understanding of the work required? 2. Design Approach and Methodology - 20 a. Is there an adequate understanding of how to accomplish the work? b. Is there a sound approach to minimize construction costs of the proposed project elements? c. Are there technical alternatives, creativity, and a problem solving approach? d. Was a proposed project schedule included? 3. Project Management - 20% a. What are the qualifications of the project manager? b. Are the specific roles of key staff and management clearly defined? c. Are durations identified consistent with the project schedule? d. What is their past performance in receiving necessary clearances? e. Does the manager possess good public relation skills? 4. Consultant Team Qualification and Experience - 35% a. What is the training or qualifications of key staff and subconsultants? What is their past experience in handling similar projects? Page 18 of 29 b. Are they thoroughly familiar with marina developments in a main channel river environment, experienced with regulatory agency concerns and the permit acquisition process? c. How well can their team function independently with minimum guidance? d. Was a project team chart provided? 5. Flexibility and Availability - 10% a. Will the project manager and key staff be able to respond to staff requests on a "short notice" basis? b. Is sufficient support and technical staff available to handle multiple projects if needed and do they have the required previous experience or "track record" in this area? c. Does the firm have a good history of being able to work with advisory committees and general public concerns? SELECTED CONSULTANT -FEE NEGOTIATION PROCESS Upon the successful completion of the Consultant interviews, 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 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. 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 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 19 of 29 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. Payment 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 20 of 29 Port of Dubuque Riverfront Marina Project Mississippi River City of Dubuque, Iowa Consultant Professional Services Request for Proposal DATE, 2008 Appendix B RFP Rules and Protest Procedure Page 21 of 29 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", "must", 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 22 of 29 Port of Dubuque Riverfront Marina Project Mississippi River City of Dubuque, Iowa Consultant Professional Services Request for Proposal DATE, 2008 Appendix C City of Dubuque Contract Terms and Conditions Page 23 of 29 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 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 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 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 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 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 24 of 29 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 sole 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 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 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. 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 25 of 29 Port of Dubuque Riverfront Marina Project Mississippi River City of Dubuque, Iowa Consultant Professional Services Request for Proposal DATE, 2008 Appendix D Insurance Requirements Page 26 of 29 Port of Dubuque Riverfront Marina Project Mississippi River City of Dubuque, Iowa Consultant Professional Services Request for Proposal DATE, 2008 Appendix E Project Related Data Page 28 of 29