Loading...
Port of Dubuque Intermodeal Facility RFPT®: The Honorable Mayor and City Council Members FR®NI: Michael C. Van Milligen, City Manager SU JECT: Port of Dubuque Intermodal Transportation Center Request for Proposals for Consultant Engineering Services ®ATE: February 27, 2009 City Engineer Gus Psihoyos requests City Council approval to distribute a Request for Proposal for engineering services required to design the Port of Dubuque Intermodal Transportation Center. I concur with the recommendation and respectfully request Mayor and City Council approval. t u e ~ a ~ ~ ~ ' ~~ f ~ ~~ e a . ~~ Michael C. Van Milligen {{ f b~ fi MCVM/jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Gus Psihoyos, City Engineer SUBJECT: Port of Dubuque Intermodal Transportation Center Request for Proposals for Consultant Engineering Services DATE: February 27, 2009 INTRODUCTION The purpose of this memorandum is to request City Council approval to distribute a Request for Proposal (RFP) for engineering services required to design the Port of Dubuque Intermodal Transportation Center. BACKGROUND The Port of Dubuque has evolved from an industrial district to a vibrant, lively activity center with increased demands on limited existing parking. The National Mississippi River Museum and Aquarium alone has approximately 300,000 annual visitors. The City has formed strong relationships with both the business community to promote growth and success in the downtown and Port of Dubuque areas, and City government continues to work closely with the private sector to promote economic development. The City of Dubuque has been considering the construction of an Intermodal Transportation Center (Center) for several years. As part of the November 12, 2007 City of Dubuque Rail Study, it was determined that the best location for the Center was south of the Canadian National main rail line on the north side of the Port of Dubuque. DISCUSSION The Intermodal Transportation Center is envisioned to provide passenger access from an elevated platform supporting passenger rail service running between Dubuque and Chicago. The project will also include: construction of an elevated parking structure with a capacity for approximately 500 to 750 vehicles; an IP addressable video camera system; ticket booths at vehicle access points supporting the operation of a paid parking structure with the potential inclusion of an automated traffic counter system; a hub for local transit and long distance bus service; aspects that are pedestrian-friendly, ADA accessible, and includes access to the center via bike lanes; and provide for approximately 10,000 square feet of retail or commercial office space and public restrooms. Based on its location in the Port of Dubuque, the Center must contain architectural aspects that enhance the overall aesthetics and further contribute to the overall vitality of the area. A key measure of the project success will be to attain smooth traffic flow in and out of the facility including convenient driveway connections to roadways that access other areas of the Port. The design process will be divided into three phases: - Phase I: Predesign, preliminary programming, and site analysis services. - Phase II: Schematic and design development services. - Phase III: Construction document and bidding services along with construction administration duties. The RFP assumes a standard design-bid-build project delivery process. However, the selected firm will need to convince the City that if deemed necessary due to various grant funding obligations, they would be able to react to a significantly accelerated design schedule that would include early start, multiple contract bid packages. The proposed project schedule provides for final design plans to be ready for bidding in December 2009. Contingent on available funding, the project would be bid in January 2010, and construction would start in early Spring 2010. CONSULTANT SELECTION COMMITTEE The Consultant Selection Committee for the Port of Dubuque Intermodal Transportation Center includes the following: Sue Czeshinski, Loras College Director of Communications Teri Goodmann, Assistant City Manager Laura Carstens, Planning Services Manager David Heiar, Economic Development Director Tim Horsfield, Parking System Supervisor Jon Rodocker, Transit Manager Gus Psihoyos, City Engineer Steve Sampson Brown, Project Manager ECIA -Kelley Deutmeyer, ECIA Executive Director or Chandra Ravada, ECIA Co-Director of Transportation & Planning SCHEDULE The RFP Consultant Selection schedule for the Port of Dubuque Intermodal Transportation Center is as follows: ® RFP Released to Consultants: March 3, 2009 ® Response Proposals Due: March 19, 2009. ® Committee Review & Interview: End of March, 2009 ® Recommendation to City Council: April 6, 2009 Bu®~~T IiV1PACT° The City of Dubuque currently has $537,000 (CIP 600-1614) available to begin the design of the Intermodal Transportation Center. The source for the available funds includes $237,500 in FY09 from the recently passed Federal Omnibus Appropriations Bill, and $300,000 in FY09 of state funding secured by the City's local legislators, subject to final approval by the Iowa Department of Transportation. It is anticipated that the balance of the funding needed to complete the design and construction of the project will come from Federal FTA funds and GO Bonds. City staff is actively pursuing American Recovery and Reinvestment Act grant opportunities to expedite full funding of the project. Proposals shall contain pricing for each of the three design phases. Work will be authorized for each phase as expenditure of funds is authorized. AC°TI®N °f® E TAKEN I respectfully request City Council approval to distribute the Request for Proposal (RFP) for engineering services required to design the Port of Dubuque Intermodal Transportation Center. Prepared by Steve Sampson Brown, Project Manager cc: Kelley Deutmeyer, ECIA Executive Director Chandra Ravada, ECIA Co-Director of Transportation & Planning Sue Czeshinski, Loras College Director of Communications Teri Goodmann, Assistant City Manager Laura Carstens, Planning Services Manager David Heiar, Economic Development Director Tim Horsfield, Parking System Supervisor Jon Rodocker, Transit Manager Gus Psihoyos, City Engineer Bob Schiesl, Asst. City Engineer Steve Sampson Brown, Project Manager K:\PROJECTS\Port of Dubuque -Intermodal Facility\Port of Dubuque Intermodal Transportation Center Council RFP Approval Memo.doc l -°".~„ THE CTI'Y OF ISSUE DATE: March 3, 2009 ~ COMPANY NAME: ~ DATE: I MAILING ADDRESS: ~ CITY/STATE: ~ ZIP CODE: ~ AUTHORIZED SIGNATURE: I PRINTED NAME: I TITLE OF AUTHORIZED REPRESENTATIVE: ~ EMAIL: ~ PHONE: - - '~ ~ - ~ ~ I~ ~ I I ~~ i ~~~~' X11 ~ j~ ~! i 1! L ~~ ~ ~ ~:-_~ ~_a'~) ~'_~ ~~ h~ L~ ll~~ ~~ ~~-~ ~~~ EUS°T ® PRP®~AL ,y ~.. , ;_ 4 " ~y`~P li li In r I r n t®n rater ®ty uu,l March 3, 2009 Page 2 of 35 }JJ EcT~® PAS 1.0 Introduction .................................................................. 4 2.0 Project Objectives ......................................................... 4 3.0 Community Background .................................................. 5 4.0 Project Scope of Services ............................................... 5 5.0 Use of City Resources .................................................... 10 6.0 Information to be Included in the Proposal .......................... 10 7.0 Proposal Question and Answers ....................................... 12 8.0 Submission Requirements ............................................... 13 Appendix A Consultant Evaluation Selection Process ........................... 15 Appendix B RFP Rules and Protest Procedure .................................. 19 Appendix C City of Dubuque Contract Terms and Conditions ................. 21 Appendix D Insurance Requirements ................................................. 24 Appendix Project Related Data ..................................................... 32 Page 3 of 35 l t 6° I 1° tl t 6° ity ® ubuque, B®wa THE CITY OF Masterpiece on fhe Mississippi n ul nt r ®n 1 is tf ~ r 1 March 3, 2009 1.0 INTR®UCTI®N The City of Dubuque, Iowa is soliciting competitive sealed proposals from qualified professional consulting firms to complete a multi phased design for the Port of Dubuque Intermodal Transportation Center. The project will be conducted in three phases. Phase I will include predesign, preliminary programming and site analysis services. Phase II will include schematic and design development services and Phase III will include construction document and bidding services along with construction administration duties. It is anticipated that the timeframe for Phase I will be two months following the signing of a professional service agreement. The estimated timeframe for Phase II will be three months and the timeframe for construction documents and bidding phases will be two to three months. 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. 2.0 R®J CT JECI°IVES The City of Dubuque has been planning for the construction of an Intermodal Transportation Center in the Port of Dubuque for several years. Located just south of the Canadian National main rail line on the north side of the Port, the center is envisioned to provide passenger train access from an elevated platform for passenger rail service running between Dubuque and Chicago. Other components of the project will include: construction of an elevated parking structure with a capacity for approximately 500-750 vehicles, an IP addressable video camera system, ticket booths at vehicle access points supporting the operation of a paid parking structure with the potential inclusion an automated traffic counter system, a hub for local transit and long distance bus service, aspects that are pedestrian friendly and accessible which include access to the center via bike lanes, and provide for approximately 10,000 square feet of retail or commercial office space and pubic restrooms. Page 4 of 35 Being located in the Port of Dubuque, the center must contain architectural aspects that enhance the overall aesthetics of the Port and further contribute to the overall vitality of the area. A key measurement for the success of the project will be the resulting smooth traffic flow in and out of the facility including convenient driveway connections to roadways that access other areas of the Port. The RFP assumes a standard design-bid-build project delivery process. However, the selected firm will need to convince the City that if deemed necessary due to various grant funding obligations, they would be able to react to a significantly accelerated design schedule that would include multiple, early start construction bid packages. The City has completed some preliminary study work that anticipates at some point in the future, a new separated grade rail crossing being established at the northerly end of Bell Street. This will result in a negative vertical grade change for Bell Street. The Intermodal Transportation Center project must anticipate this condition and all drive connections between the center and Bell Street must work for both the existing condition and the future vertical grade change. 3.0 CONIIVIUNIT'Y ~-CKGROUN® 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.cityofdubugue.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. 4.0 PROJECT SCOPE OF SERVICES The following outline represents the minimum components that must be provided for this project. The City of Dubuque currently has $537,000 budgeted for design work. Proposals shall contain pricing for each of the three phases. Work will be authorized for each phase as funding becomes available. If at any point in the project grant funds for construction appear to be no longer available, work will stop at the end of the currently authorized phase. The City wants it to be clear that it desires a robust and competent design for the center. Proposed budgets for each of the phases should be based on achieving this goal and not based on the currently available funding amount listed above. Sustainable design practices should be applied to all aspects of the project. In 2006, the Mayor and City Council identified Sustainability and Green City designation as a top priority. Page 5 of 35 Since then, the city has been working to implement this priority as listed on the ~_ ~.sustainblgduuque.or~ website on all projects. In preparing a response to this RFP, the Consultant should describe the means or strategy by which they would satisfy the scope of services. The Consultant may also choose to provide a second alternative or hybrid strategy that details what processes and outcomes would be used to make the project better. 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 be the leader of this effort and is expected to ensure that the project scope, schedule and Total Project Cost (TPC) budget are being monitored and adhered to at all times during the design and construction phases. One of the Project Manager's prime responsibilities is to track and facilitate solutions for any issues that may arise during the design and construction phases. Additionally, the Project Manager shall serve as the primary point of contact for all exchange of information between the City and the Consultant. 4.1.2 The Project Manager shall maintain an updated, Work Breakdown Structure (WBS)/task outline for the duration of the design and construction phases. The WBS shall contain line items for all major deliverable components of the project and any significant subcomponents along with the budgeted amount of fee associated with each task listed. Project Management shall be listed as a separate task on the WBS. The Project Manager shall track on the WBS the percent of work accomplished on each task that is listed. 4.1.3 The Project Manager shall maintain an updated project schedule for the duration of the design phases based on the tasks listed in the WBS. The Project Manager shall be responsible for reviewing and monitoring the Contractors project schedule during construction. 4.1.4 The Project Manager shall maintain an updated TPC budget for the duration of the project. The TPC budget shall be completed using the best available information at the time of each periodic submittal in order to provide an up-to-date estimated total cost for all components of the project. The budget shall include construction costs, equipment/furniture costs plus all other direct costs and reimbursable expenses for the Consultant, Subconsultants and the City. 4.1.5 During the design and construction phases of the project, the Project Manager shall submit to the City a bulleted progress report for the project. The summary shall only contain a list of major events that have occurred since the last report submittal, along with a list of work that will be accomplished in the upcoming weeks, and a list of critical items that need immediate attention. 4.2 Project Manager Deliverables The following is a list of requirements that shall be provided throughout the design and construction of the project. Page 6 of 35 4.2.1 The Project Manager shall submit by electronic mail a copy of the WBS to the City on a monthly basis. The WBS shall be submitted during the first week of each month. At the time of submittal, the Project Manager shall be available for approximately 15 minutes by phone to discuss the progress made on individual tasks. 4.2.2 The Project Manager shall submit an updated electronic copy of the project schedule along with the WBS. This submittal is required during the design and construction phases. 4.2.3 The TPC budget shall be submitted to the City in an electronic file format along with the WBS. 4.2.4 The Project Manager shall submit a project progress update report during the first and third weeks of each month. The summary shall be submitted by electronic mail and be less than a single page in length. 4.3 - Phase I - PreDesign, Preliminary Programming, and Site Analysis 4.3.1 PreDesign -For all aspects of the project, begin coordination with involved Federal, State and Local agencies. Research and develop a complete understanding of: passenger rail service logistics; City of Dubuque Transit Division services and operations; City of Dubuque Parking Division operational and maintenance parameters; and available owner supplied information. This task will also include two scope kick off meetings, one with the full project team and an executive summary presentation to the City Manager and/or City Council to confirm project assumptions. A schedule and budget for the project shall be developed during this phase. In support of the City's Vision for Sustainability, the Consultant shall begin to identify opportunities for sustainable design components to be incorporated into the project. Additionally, the City envisions directly hiring a renewable energy expert that will provide an assessment of renewable energy options for the project, suggest and coordinate design of passive and active renewable energy systems, review energy modeling for the plan set to achieve Energy Star tax credits, review all possible renewable energy systems, develop a list of potential options and present the list to the design team to develop strategies to ensure all feasible options for the project are met. 4.3.2 Preliminary Programming -Work includes research with stakeholders to determine needs of the passenger rail station, the hub for bus service, prospective retail/commercial space and traffic flow schematics. Throughout the design, the consultant should be prepared to provide periodically updated 3D models of the site using Sketch-Up or similar rendering software. 4.3.3 Site Analysis -Traditional site planning activities shall be conducted under this scope element. Work includes site development planning, utility coordination, geotechnical investigation, environmental/historical studies and reports, zoning compliance review and contaminated material studies. The City has available Phase I and Phase II environmental assessment documents for this area and a Soil Management Plan for this general area of the north Port. Supplemental studies to the previously completed environmental assessments shall be conducted as deemed necessary and the Soil Page 7 of 35 Management Plan shall be more fully developed to be adapted specifically for this project. 4.4 -Phase II -Schematic ®esign ®esign ®evelopment 4.4.1 Schematic Design -Typical design activities required to advance the project. Completion of schematic design phase shall include detailed update to the project budget and meeting to review the progress plans and discuss needed modifications in order stay within the project budget. 4.4.2 Design Development -Typical design activities required to advance the project. This phase shall include authoring of a building code report and life safety code report that summarizes code sections applicable to the project and any interpretations. The reports shall be submitted to the local authorities along with a complete plan set for review and comment. The completion of design development phase shall include building code report, life safety report, Port of Dubuque Design Review Committee approval, a detailed update of the project budget and meeting to review the progress plans, and discuss needed modifications in order stay within the project budget. 4.5 -Phase III -Construction ®ocuments, bidding and Construction Administration 4.5.1 Construction Documents -. Typical design activities required to prepare project documents for bidding including obtaining all required permit approvals, rail road coordination, finalization of plans and specifications, adetailed update to the project budget and meeting to review the final plans. 4.5.2 Bidding Services ®The Consultant will provide services for the public bidding phase of the project by: ® Developing a list of potential contractors or suppliers. ® Compile the bid package using a nationally accepted contract document standard format, including incorporation of City of Dubuque standard public bidding contract documents and other applicable City general terms and conditions. ® Provide assistance with City Council document preparation. ® Send project team representative to all three City Council meetings required to bid and award the project. ® Direct the coordination of electronic and paper plan set distribution. ®Answer questions from Contractors. ® Organize and lead pre-bid informational meeting. ® Prepare addenda as necessary. ®Attend bid opening, prepare evaluation of bids including alternates, recommendation for award of contract. ®Assist with execution of contract documents 4.5.3 Construction Administration Services -The Consultant shall be responsible for following services: ®Attend pre-construction meeting. ® During periods of active work by the contractor, assign one full time construction superivsor to monitor all construction activities. ®Attend periodic construction coordination meetings. ® Furnishings, Fixtures and Equipment purchase coordination. and the site Page 8 of 35 ®Observe and evaluate the Contractor's quality of work per the requirements of the Construction Contract Documents. ®Answer questions during construction on the interpretation and intent of the plans and specifications. ® Review and approve material sources and shop drawings. ® Review and processing of payment applications by contractors. ® The Architect shall review requests for changes, process and log Requests For Information, issue, log and assist in negotiating Contractor Proposal Requests, issue and log Construction Change Directives and based on all of the previous, submit recommendations to the City, and, if they are accepted, process Construction Change Orders. ®On-site coordination of materials testing and technical inspections services as necessary, including RFP Scope of Services preparation. • Project schedule monitoring. ® Construction budget monitoring. ® Semi-final inspection with City and Contractor and punch list creation. ®Actively monitor and report on punch list progress. ® Review and coordinate proper contractor submittal of Project Record Drawings. ® Issue Certificate of Substantial Completion. ® Observe the contractor's final testing, start-up of utilities and training for operational systems and equipment. ® Secure, review and transmit to the City warranties, maintenance manuals and similar submittals as required in the construction specifications. ® Project closeout. 4.6 -Public Involvemenfi 4.6.1 Multiple meetings with project stakeholders will be required during the design process to gather input, communicate project progress coordinate with the railroad and agencies. 4.6.2 Two public meetings with the City Council should be included with the project. The City Council will be kept informed of project's progress and findings for the duration of the project. Relevant key members of the project team are expected to be present at all meetings. Use of teleconference and videoconferencing is acceptable as long as the objectives of the meeting agenda can be met. 4.7 -Schedule It is the intent of the City that the design of the project and initiation of the bidding process shall be completed within eight months after signing of the contract. 4.~ -Quality Confirol/Ruality Assurance The Consultant shall have a formal written QA/QC program in place for the full duration of the project. Upon request from the City at anytime through out the design process, the Consultant shall provide documentation that verifies the QA/QC program is being actively utilized by the Consultant. Page 9 of 35 .0 US F CITY R URC 5.1 -Use of City Resources for the RFP Preparation ® 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 2007. ® CADD plans of Star Brewery Drive and partial plans of McGraw Hill site and vacant area to the west of proposed center location. 6.0 INF®RIVIAI'I®IV T® E IIVCLU®® IIV RP®SAL 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 primary 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, and a-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. Page 10 of 35 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. The Consultant may also choose to provide a second alternative or hybrid strategy with a modified scope of services and revised 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 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 a summary of their qualifications and experience. Include any training and relevant 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. Summarize 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". Page 11 of 35 Describe the experience and success of the project team members proposed for the Dubuque project, in performing similar projects. Specifically list any successful experiences designing intermodal transit facilities for municipalities similar to Dubuque. Include at least 3 client references (including individual contact names and telephone numbers) for similar projects that have been completed by the Firm in the last five (5) years. List the names of individuals on the project team proposed for the Dubuque project who have worked on the referenced projects. Quality Control -Quality Assurance As a part of the proposal, specifically describe the quality control process that will be used throughout the project. List the amount of hours for each phase that will be dedicated to QA/QC and describe how those hours will be spent. The City expects that the majority of the QA/QC process will be preformed by someone who is not an active member of the design team. 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 RFP is not required. Proposed Project 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. Provide a sub total for each of the three phases so that work can be authorized as funding becomes available. 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. 7.0 R®P®SAL QU DTIN~ ~-N® ANSVVE Page 12 of 35 If you have any questions concerning this request for 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 March 18, 2009. 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 other City of Dubuque staff or any of the Selection Committee members except as expressly authorized by~ the City's 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: Steve Sampson Brown Project Manager City of Dubuque Engineering Department 50 West 13th Street Dubuque, IA 52001 ~.0 SUBIViISION RUIfVINT'S Phone: 563.589.4270 E-mail: sbrown@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. OOSAL SUiVIITT~-L INFORNI~41°ION ^ Submittal Deadline: March 19, 2009 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: City Engineer City of Dubuque Engineering 50 West 13th Street Dubuque, Iowa 52001-4864 Page 13 of 35 ® Submittal Copies: Eight (8) sets of the proposal shall be provided. Submit one (1) original signed proposal, seven (7) copies and also an electronic .pdf version, all labeled Port of Dubuque Intermodal Transportation Center. 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 ore-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 proposal. Proposals should not include any pre-printed or promotional materials. Any proposals exceeding 20 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 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 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, Page 14 of 35 Steve Sampson Brown Project Manager City of Dubuque Page 15 of 35