Loading...
US 151/61 Twin Valley and Maquoketa Drive Safety ImprovementsMasterpiece on the Mississippi TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: US 151/61 Capacity Improvements Project Consultant Request for Proposal CIP 3002028 US 61/151 Corridor DATE: September 14, 2010 City Engineer Gus Psihoyos recommends City Council authorization to distribute a Request for Proposal to seek qualified firms interested in providing street geometric and traffic signal engineering design, including right -of -way investigation, for the improvements along US 151/61 from US 52/Twin Valley to the Maquoketa Drive intersection. I concur with the recommendation and respectfully request Mayor and City Council approval. MCVM:jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Gus Psihoyos, City Engineer Michael C. Van Milligen Dubuque All- America City IV 2007 Masterpiece on the Mississippi TO: Michael C. Van Milligen, City Manag FROM: Gus Psihoyos, City Engineer SUBJECT: US 151/61 Capacity Improvements Project Consultant Request for Proposal CIP 3002028 US 61/151 Corridor DATE: September 14, 2010 INTRODUCTION BACKGROUND Dubuque kitel AMmalcaCity IIIR 2007 The purpose of this memorandum is to request authorization to distribute a Request for Proposal (RFP) to seek qualified firms interested in providing street geometric and traffic signal engineering design, including right -of -way investigation for the improvements along US 151/61 from US 52/Twin Valley to the Maquoketa Drive intersection. The US 151/61 corridor is located on the south side of the city of Dubuque. This is a four lane divided highway with signalized intersections at US 52/Twin Valley and at Maquoketa Drive (intersections are approximately 0.40 miles apart). A narrow four -foot raised median runs from the Grandview Avenue interchange to south of the Maquoketa Drive intersection. The land -use along this corridor is residential and commercial. This area of US 151/61 experiences high levels of traffic due to its location in relation to streets that connect Dubuque's south end with its west end. In 2008 the City of Dubuque applied for and received a Iowa Clean Air Attainment Grant (ICAAP) that will help fund signalization and ITS improvements at both existing signalized intersections (US 52 and Maquoketa Drive). This grant will also be used to improve geometrics at the US 52 intersection. The Iowa Department of Transportation plans on rebuilding US 151/61 from the Grandview interchange to the US 52 intersection. This DOT let project includes reconstruction of the existing bridges spanning Catfish Creek along with installation of a median barrier and improvements to the East approaches at the US 52 intersection with US 151/61. This project is currently on track for an August, 2011 letting through the Iowa DOT and is anticipated to take two years to construct. The DOT has asked that our ICAAP improvements be implemented prior to the construction of this bridge project. DISCUSSION The professional consultant services contract for the US 151/61 Capacity Improvements Project includes: — Street and utility engineering design. — Geotechnical investigation and testing for the installation of new geometrics, fiber optic cable, conduit, cameras, microwave sensors, vehicle detection, and networking equipment (including switches, etc.). — Traffic signal design for the reconstruction of both existing traffic signals (US 52, Maquoketa Drive) including City of Dubuque ITS components (battery backups, fiber switches, pre - emption, LED technologies, etc). — Addition of a right -turn lane at Lake Eleanor Road. — Connection of traffic signals to the City Hall TOC via fiber optic cables. The tentative schedule for the US 151/61 Capacity Improvements Project is as follows: RFP Release to the Public RFP Response Due Date Recommendation to the City Manager Recommendation to the City Council Design Completion September 27, 2010 October 20, 2010 October 22, 2010 November 1, 2010 Approximately two months following the execution of the professional services agreement. The selected consultant will complete the study under the general direction and coordination of the City Engineering's Department as authorized by the City Council. BUDGET IMPACT The budget for the work outlined in the RFP is estimated to be approximately $80,000 depending on the negotiated scope of services. The consultant work will be funded from the following: CIP 3002028 Traffic Consultant Services $ 80,000 Total Project Funding $ 80,000 ACTION TO BE TAKEN I respectfully request the City Council approve the distribution of the Request for Proposal (RFP) for the US 151/61 Capacity Improvements Project. cc: Jenny Larson, Budget Director Ken TeKippe, Finance Director John Klostermann, Street & Sewer Maintenance Supervisor Kyle Kritz, Associate Planner Bob Schiesl, Assistant City Engineer David Ness, Civil Engineer Dubuque All - America city 2007 Masterpiece on the Mississippi US 151_61 CAPACITY IMPROVEMENTS PROJECT CONSULTANT PROFESSIONAL SERVICES ENGINEERING DESIGN REQUEST FOR PROPOSAL CITY OF DUBUQUE ENGINEERING DEPARTMENT REQUEST FOR PROPOSAL (RFP) THE CITY OF iIYUitJjiPHONE ISSUE DATE: September 27, 2010 NO: 563.589.4270 FAX NO: 563.589.4205 EMAIL: dness @cityofdubuque.org Masterpiece on the Mississippi SUBMIT RESPONSE PROPOSAL PRIOR TO: CLOSING DATE: October 20, 2010 CLOSING TIME: 2:00 P.M. (CDT) SUBMIT TO: See Section 14.0 FAX / EMAIL NOT ACCEPTED PROJECT DESCRIPTION: US 151_61 Capacity Improvements City of Dubuque, Iowa RECEIPT OF PROPOSAL 0 If you are considering a response the left, fill in the information below that you received this RFP. NO RESPONSE REPLY If you do not want to respond to ACKNOWLEDGEMENT to this RFP, please mark the box to and return this sheet as a confirmation this RFP at this time, please mark the below and return this sheet only. box to the left, fill in the information COMPANY NAME: DATE: MAILING ADDRESS: CITY /STATE: ZIP CODE: AUTHORIZED SIGNATURE: PRINTED NAME: TITLE OF AUTHORIZED REPRESENTATIVE: EMAIL: PHONE: US 151_61 Capacity Improvements RFP City of Dubuque, Iowa SECTION 1.0 2.0 3.0 4.0 5.0 6.0 7.0 8.0 9.0 9.1 9.2 9.3 10.0 11.0 12.0 13.0 14.0 Appendix A Appendix B Appendix C Appendix D Appendix E Appendix F Appendix G Request for Proposal - Table of Contents September 17, 2010 PAGE Introduction 2 Community Background 2 Sustainable Dubuque Initiatives 3 Project Background 4 RFP Support Documentation 8 Project Objective 8 Project Funding 9 Project Scope of Consultant Services 9 Project Scope of Services 10 Project Management 10 Engineering Analysis 11 Design 11 City Resources 13 Project Technical Committee 13 Information to be Included in the Proposal 13 Proposal Question and Answers 15 Submission Requirements 16 Consultant Evaluation and Selection Process 18 RFP Rules and Protest Procedure 22 City of Dubuque Contract Terms and Conditions 24 Insurance Requirements 27 ICAAP Grant Information 32 Traffic Safety Grant Information 48 Geometric Improvement Details 73 US 151_61 Capacity Improvements RFP City of Dubuque, Iowa 1.0 INTRODUCTION 2.0 COMMUNITY BACKGROUND September 17, 2010 Consultant Professional Services Request for Proposal Masterpiece on the Mississippi The City of Dubuque, Iowa (hereafter referred to as the City) is soliciting competitive sealed proposals from qualified professional consulting engineering firms or Project teams to determine interest and capabilities providing traffic signal, street pavement, drainage, networking, camera and fiber optics final design for the US 151_61 Capacity Improvements Project. The professional consultant services contract will be for final design services for the installation of fiber optic cable, conduit, cameras, microwave sensors, video detection, networking equipment (including switches, etc.) and the reconstruction of the intersection of US 151_61 at US 52 to an 8 phase intersection with dedicated lanes for left, straight and right turns along with the installation of new traffic signals. The intersection of US 151_61 at Maquoketa Drive will include the addition of a left turn lane going North along with the reconstruction of the traffic signals. This project may also require modifications /and or improvements to equipment located at the City's Traffic Operations Center located at City Hall. It is anticipated that the timeframe for the Project will be approximately four (4) months following the signing of a professional services contract. 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. This RFP will be funded with City funds but the actual construction project will be funded with a combination of federal funds and city funds. The project will need to go through the minor schedule for the Iowa Department of Transportation. The City wants the project available for bidding in February of 2011 as a IDOT let project. 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 $169 million and funds a full range of services. The City's web site is www.citvofdubuque.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. 3.0 SUSTAINABLE DUBUQUE INITIATIVES In 2006, the Mayor and City Council identified Sustainability and Green City designation as a top priority. Since then, the city has been working on numerous projects to help implement this priority as listed on the www.sustainabledubuque.org website. As part of this process the City Council approved the creation of a community task force to help develop a vision statement and principles that would further define our Sustainable Dubuque initiative. The Sustainable Dubuque initiative vision statement and principles are as follows: Vision Statement: Dubuque is a viable, livable and equitable community. We embrace economic prosperity, social /cultural vibrancy and environmental integrity to create a sustainable legacy for generations to come. Economic Prosperity • Regional Economy: Sustainable Dubuque is a community that values a diversified regional economy with opportunities for new and green markets, jobs, products and services. • Smart Energy Use: Sustainable Dubuque is a community that values energy conservation and expanded use of renewable energy as a means to save money and protect the environment. • Resource Management: Sustainable Dubuque is a community that values the benefits of reducing, reusing and recycling resources. ■ Community Design: Sustainable Dubuque is a community that values the built environment of the past, present and future which contributes to its identity, heritage and sense of place. Social / Cultural Vibrancy • Green Buildings: Sustainable Dubuque is a community that values a productive and healthy built environment. • Healthy Local Food: Sustainable Dubuque is a community that values the benefits of wholesome food from local producers, distributors, farms, gardens and hunters. • Community Knowledge: Sustainable Dubuque is a community that values education, empowerment and engagement to achieve economic prosperity, environmental integrity and social /cultural vibrancy. • Reasonable Mobility: Sustainable Dubuque is a community that values safe, reasonable and equitable choices to access to live, work and play opportunities. Environmental Integrity • Healthy Air: Sustainable Dubuque is a community that values fresh, clean air, reduced greenhouse gas emissions and minimized health risks. • Clean Water: Sustainable Dubuque is a community that values water as the source of life and seeks to preserve and manage it in all forms. • Native Plants and Animals: Sustainable Dubuque is a community that values biodiversity through the preservation, restoration and connection of nature and people. 4.0 PROJECT BACKGROUND Insert picture The US 151 61 corridor is located on the south side of the city of Dubuque. This is a four lane divided highway with signalized intersections at US 52/Twin Valley and at Maquoketa Drive (intersections are approximately 0.40 miles apart). A narrow four -foot raised median runs from the Grandview Avenue interchange to south of the Maquoketa Drive intersection. The land -use along this corridor is residential and commercial. Average annual daily traffic and the 2015 average annual daily traffic for these intersections can be found on Figure 1, 2, 3 and 4 of the attached ICAAP application found in the Appendix. The Iowa Department of Transportation plans on rebuilding US 151_61 from the Grandview interchange to the US 52 intersection. This DOT let project includes reconstruction of the existing bridges spanning Catfish Creek along with installation of a median barrier and improvements to the East approaches at the US 52 intersection with US 151_61. This project is currently on track for a August, 2011 letting through the Iowa DOT and is anticipated to take two years to construct. This area of US 151_61 experiences high levels of traffic due to its location in relation to streets that connect Dubuque's south end with its west end. Traffic going to Dubuque's west end often takes Maquoketa or Twin Valley exits to Kelly Lane via Old Mill Road. This traffic may subside substantially with construction of the SW Arterial in future years. US 151 61 intersection with US 52 and Twin Valley Road There is also heavy a.m and p.m. peak traffic at the US 52 approach with 151_61. The US 52 approach currently has a left/through and right turn lane. The southbound approach to this intersection ties into Twin Valley Drive. This approach has only one lane that serves the left/through /right traffic. This approach has heavy traffic during am and pm school hours due to its proximity to Table Mound School. The eastbound approach currently has a left, through and through /right lane. Westbound lanes include a left, through, through and right turn lane. The Westbound left turn lane extension was originally part of the scope for this capacity improvement project but has been pulled and instead will be completed as part of the Iowa DOT's Catfish Creek project. Improvements to this intersection will include adding geometrics to make this a fully functional 8 phase intersection with dedicated left, through and right turn lanes at all approaches. These approached have been tentatively assumed to be approximately 150 foot in length each. The traffic signals will also be reconstructed and will include standard City of Dubuque ITS improvements listed below. US 151 61 intersection with Maquoketa Drive This intersection will receive minimal geometric improvements. Primarily the traffic signals will be rebuilt at this intersection and these signals will be connected to the signals as the intersection with US 52 for innerconnect. The signal will remain split phased for mainline traffic due to ROW and visibility constraints. There is a larger, more robust plan that has been studied for this intersection that includes removing the existing four way intersection and replacing it with two offset Tee intersections. This TEAP study was conducted back it 2006 and was estimated at 3.4 million at that time. This project will take place in future years. For now this intersection will receive reconstructed traffic signals and the addition of a westbound right turn lane. The traffic signals will include standard City of Dubuque ITS improvements listed below Additional improvements as part of this capacity improvement include: • Installing new fiber optic conduit and fiber that will connect the two signalized intersections. This fiber will feed back to the City of Dubuque's Traffic Operations Center where the signals will be remotely monitored and operated. • A Wavetronix HD microwave sensor will be installed midblock between these two signals. This sensor will be used to count, classify and monitor roadway operations and will feed the information back to the TOC. • Addition of a right turn lane along US 151_61 southbound at Lake Eleanor Road. Standard City of Dubuque ITS improvements will be incorporated into this project. These standards include, but are not limited to the following: • Gigabyte fiber optic network switches • PTZ cameras at each intersection. • Stop bar cameras for each approach. • Wavetronic Matrix stop bar vehicle detection. • Wavetronix Advance detection for mainline extension and dilemma zone protection. • Tesco Battery Backup / lighting controllers. • Fiber Hub Cabinet at US 52 intersection. • Opticom Pre - emption equipment. • TS /2 traffic cabinet and controller. • Fiber distribution panels in traffic cabinets. • Lenel video server software to manage cameras. There is an existing overhead fiber optic cable located at the NE corner of US 151_61 and Maquoketa Drive that will be utilized to feed the communications back to the TOC located in City Hall. A overview map showing a summary of the major improvements is attached below in Figure 1. U.S. 151-61 SIGNALIZATION AND GEOMETRY IMPROVEMENTS OVERVIEW Figure 1 5.0 RFP SUPPORT DOCUMENTATION The following supplemental documents are included in the Appendix of this RFP as additional reference material to aid the consultant in preparing a response proposal. • RFP Rules and Protest Procedure • City of Dubuque Contract Terms and Conditions • Insurance Requirements • Iowa Clean Air Attainment Program Application • Iowa DOT Catfish Creek project summary • Figures • City of Dubuque traffic signal specifications. • Funding Matrix for proposed project. 6.0 PROJECT OBJECTIVE The purpose of the Project is to complete street and utility engineering design, geotechnical investigation and testing for the installation of fiber optic cable, conduit, cameras, microwave sensors, vehicle detection, networking equipment (including switches, etc.), right -of -way investigation /accusations and geometric improvements. Specifically, this project would: • Develop plans and specifications in the Iowa Department of Transportation format following the guidelines for federally funded projects. This project will be let through the IDOT. ■ Topographic survey of all facilities will be provided by the City of Dubuque prior to design. • Design the Installation of fiber optics cable & conduit along US 151_61 from US 52 to Maquoketa Dr. Include a fiber hub cabinet near the US 52 intersection. • Design the installation of a Wavetronix HD (solar powered and wireless) midblock between the two intersections. ■ Design the reconstruction of both signalized intersection using City of Dubuque Signal and ITS Specs. • Design the installation of (2) monitoring cameras (pan - tilt -zoom (ptz) at both intersections. • Design the installation of microwave vehicle detection at both intersections. Design the installation of stop bar cameras on all approaches for both intersections. • Design the fiber optics innerconnect between both intersection and the connection to the existing fiber located at 151_61 and Maquoketa Drive. • Design the installation of the two network switches (one at each intersection) and the integration into the existing City of Dubuque traffic network. • Intersection geometric improvements as highlighted in yellow on page 14 of the ICAAP application (minus the westbound left turn lane extension onto US 52). • Intersection geometric improvements at 151_61 and Maquoketa Drive for westbound right turn lane. • The City of Dubuque already has standards for the installation of ITS components including: fiber conduit, fiber optics, switches, video monitoring equipment and fiber conduit/cabling that can be utilized in this design. • Prepare bid documents (plans and specifications) for one bid package. The bid documents would be submitted in paper and electronic formats. 7.0 PROJECT FUNDING The professional consultant services contract work, which will include IDOT submittal, preliminary design and IDOT submittal, final design and IDOT submittal will be funded through local appropriations. Those funding sources identified include, but are not limited to; local City Capital Improvement funding. 8.0 PROJECT SCOPE OF CONSULTANT SERVICES The work associated with this Project includes the preliminary and final engineering design and Project development activities necessary to develop final construction documents. It is anticipated that the Project will be one construction contract, with the project including the installation of fiber optic cable, conduit, cameras, microwave sensors, vehicle detection, networking equipment (including switches, etc.) and the geometric and signal changes at each intersection. The professional consultant services contract will be funded through City appropriations. All work associated with this Project will be subject to City and IDOT review and approval and all associated federal -aid requirements. The Consultant should not feel constrained to the preliminary scope of services as outlined in this RFP. Consultants are encouraged to be creative and include any ideas to improve the development of the Project as outlined and to recommend work not identified in this RFP but deemed worth considering by the Consultant and the Project Technical Committee. The final contract scope of services may be adjusted to include items not listed in the preliminary scope of services, if it is determined that additional factors need to be investigated and addressed in the Project development and design process. The scope of services to be performed by the Consultant shall be completed in accordance with generally accepted standards of practice, the City of Dubuque Standard Specifications, Iowa Department of Transportation standard specifications, all applicable IDOT information memorandums and shall include the services and supplies to develop the Project from city supplied preliminary topo survey to final construction documents but are not limited to, the following tasks: 9.0 PROJECT SCOPE OF SERVICES Although the scope of services or the project plans may be divided, truncated, phased, or expanded at the sole discretion of the City of Dubuque, the proposal shall outline the means and methods by which the consultant will provide the scope of services identified herein. 9.1 Project Management The consultant shall identify one person to serve as the Project Manager for this project. The Project Manager shall be the primary point of contact for the exchange of all information between the city and consultant team. The Project Manager will be required to perform the following: 9.1.1 Maintain an updated project schedule for the duration of this project. The project schedule shall be maintained in electronic format using Microsoft Project software and shall contain line items for all major components of the project and any significant components; 9.1.2 Maintain an updated Total Project Cost (TPC) budget for the duration of this project. In addition to providing preliminary estimates Cost as required, the Project Manager shall submit to the Owner on a monthly basis a TPC budget. The TPC budget shall be completed using the best available information at the time of submittal in order to provide an estimated total cost for all major components of the project; 9.1.3 Prepare and submit to the Owner a bulleted progress report for the project on a monthly basis. The summary shall contain a list of major events and accomplishments that occurred over the previous four weeks; 9.1.4 Work closely with all permitting authorities to obtain all necessary permit coverage in a timely manner (e.g. NPDES Construction Site Permit, Floodplain Permit, IDOT ROW, etc.); 9.1.5 Secure contact of and communication with property owners, public agencies, and other parties of interest in person and through written correspondence necessary to complete the requirements of this project. Utility companies must be contacted early in the project. All existing utilities shall be located and included in all surveys and /or resultant plans. Copies of topographic survey base sheets shall then be provided to all utility companies serving the project area for their review. Electronic files or disk copies of the base sheets shall also be made available. Utility facilities and infrastructure shall then be incorporated into all project plans. 9.2 Engineering Analysis 9.2.1 Site Characterization — Data Collection 9.3 Design The consultant will be provided all topographic survey for this project from the city. The city will also provide any GIS and utility information in it's records. 9.2.1.1 Geotechnical inspections The consultant shall provide or obtain geotechnical services to perform an investigation (soil borings /testing) as needed to make determinations as to the existing soil conditions, whether the soil presents any sort of environmental risk, and the location of rock and how the conditions impact the design and construction of the proposed improvements. 9.2.1.2 Additional Relevant Data The consultant will be responsible for collecting any additional data that is necessary for the design, construction, and maintenance of the proposed improvements. The design of the improvements shall at a minimum address /include the following: • SWPPP and Erosion & Sediment Control Plan; • Traffic Control Plan; ■ Geotechnical investigations to determine suitability of soils; • Preliminary plans and submittal to IDOT; • Perform any and all revisions to preliminary plans per IDOT and City direction; ■ Final Construction Plans & Specifications and submittal to IDOT; • Agency Coordination; and ■ Permit Applications. This will include stormwater, grading, traffic safety, erosion control permits as required by local, state and federal requirements. 9.3.1 Preliminary Design with Cost Estimate The purpose of the preliminary design is to ensure that the City and Iowa DOT concurs with the proposed functional details of the proposed improvements. In addition, the use of existing ROW must be balanced with good design, functionality of the improvements, and the future maintenance requirements associated with the improvements. 9.3.2 Final Design and Construction Documents with Cost Estimate The final design tasks /deliverables shall at a minimum consist of: • 100% Construction Plans • 100% Construction Documents • Original copy of all State, Federal Permits • Presentation to City staff • Final Plans and Specifications with Cost Estimate • Submit plans to IDOT and work with district staff on any issues due to submittal and design. • Coordinate with office of contracts for all submittals including but not limited to required BIAS 2000 submittals and bid proposal sheet submittals. The Consultant shall be required to complete all of the specifications required to complete the bid documents. The detailed specifications shall include, but not be limited to, cover in sufficient detail the type and quality of materials, required tests and guarantees, methods of construction unrelated to OSHA requirements, sequence of construction, and all other information required for the construction of the project. Consultant shall provide a set of reproducible paper and electronic (AutoCAD) construction plans and specifications signed by a Professional Engineer licensed in the State of Iowa. 10.0 CITY RESOURCES 10.1 Use of City Resources for the RFP Preparation All information requests shall be directed to the City's Project Manager as detailed in Section 13.0 of this request for proposal. 10.2 Material Available for the RFP See Appendix D, E, F &G. 10.3 City Resources Available to the Selected Consultant The City will make DAGIS (Dubuque Area Geographical Information System) data (contours, property lines, property ownership, water main, storm & sanitary sewer systems and aerial photography) available for this project as well as staff contact/resources persons in the Information Services Department and Engineering Department. 11.0 PROJECT TECHNICAL COMMITTEE 11.1 The Project Technical Committee shall be comprised of City staff members with the technical knowledge and expertise to discuss the final engineering design for the IA 32 (NW Arterial) Capacity Improvements RFP. 11.2 Members of the Project Technical Committee may also serve as members of the Consultant Selection Committee. Once the Selection Committee has completed selection process and the most highly ranked Consultant has been established and approved, the Project Technical Committee will assume the lead role and will be responsible for all Project development activities, from contract negotiations to the end of the Project. 12.0 INFORMATION TO BE INCLUDED IN PROPOSAL The submitted proposal should address all aspects of the required work discussed in this RFP, including any cost information which should be included in the submittal and clearly titled "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 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. 12.1 Letter of Transmittal 12.2 Index Provide a letter of transmittal briefly outlining the Proposer's understanding of the work and list the project manager's 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 during this RFP process. Each proposal shall contain a table of contents that delineates each section contained in the proposal and the corresponding page number. 12.3 Profile of Firm Provide general background information about the firm and its areas of expertise as they relate to this RFP. Include information about the key project team members who will be assigned to the project and their areas of expertise that will be utilized on the project. Include a flow chart that shows the communication path between the city and key project team members. Include all project team members on the flow chart and show the supervisory relationship between all members of the team. 12.4 Proposed Project Team Qualifications Describe the experience and success of the Firm and key personnel proposed for the Dubuque project, in performing similar projects. Specifically include any experience and success the firm or key personnel have in working on street and utility reconstruction. Include at least 3 client references (including individual contact name and telephone numbers) from similar projects that have been completed in the last five (5) years AND list the names of project team members proposed for the Dubuque project who have worked on the referenced projects. Describe the name and location of other sub - contracting firms that would be used by the Consultant during the project and their experience in working with the Lead Consultant. List the approximate percentage of the work that would be performed by each of these firms. Briefly describe any relevant experience and qualifications of the sub - contracting firm. 12.5 Scope of Services Describe the means or strategy by which the Consultant would satisfy the Scope of Services. Include a copy of the sub consultants completed Work Breakdown Structure (WBS) for the project, and clearly mark the services which your firm will provide as main consultant. Only mark services that are included in your proposed fee. At a minimum, the submitted WBS should include the services required by the RFP. The Consultant should indicate in the WBS any work items that are expected to 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. 12.6 Proposed Project Schedule Provide a design /construction project schedule outlining the time period and estimated completion date of the proposed scope of work. This should include a schedule and description of all deliverable reports /documents throughout the project. The construction documents for the project should be ready for IDOT letting in May of 2009. 12.7 Certificate of Insurance The selected firm will be required to meet the City's insurance requirements for professional services. (See attached Insurance Schedule C /Appendix D.) 12.8 Fees and Compensation Provide a fixed fee budget for completion of the proposed scope of services with cost breakdowns by major scope element. The Consultant will be progressively paid for the earned value of progress made for each major scope element completed, plus reimbursable expenses, subject to the agreed upon Not -to- Exceed amount as written in the signed contract. Invoices shall be paid on a monthly basis. Quotation of fees and compensation shall remain firm for a period of at least 60 days from the RFP submission deadline. 13.0 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 RFP unless released in writing (letter, fax or email) or posted on the City of Dubuque's official website, 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 12:00 p.m. CDT on November 20, 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 representative identified in this section (Section 13.0) for this proposal. Violation of this restriction will be considered a violation of the rules and be grounds for disqualification of the Proposer's proposal. Project Manager Contact information is as follows: Dave Ness City of Dubuque Engineering Department 50 West 13th Street Dubuque, IA 52001 Phone 563.589.4270 Fax: 563.589.4205 E -mail: dness @cityofdubuque.org 14.0 SUBMISSION REQUIREMENTS Before submitting a proposal, each Proposer 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: • Submittal Mailing Address: October 20, 2010 on or before 2:00 p.m. CST City of Dubuque Engineering Department c/o Dave Ness 50 West 13th Street Dubuque, Iowa 52001 -4864 • Submittal Copies: Seven (7) hardcopies and one electronic (pdf) copy of the proposal shall be provided. Submit one (1) original signed proposal and six (6) copies all labeled US 151_61 Capacity Improvements RFP. Submitted proposals must be delivered in printed format. In addition, supply one (1) electronic version of the proposal in Adobe Acrobat format. No faxed or e-mail proposals will be accepted. The proposal must be a document of not more than twelve (12) 8 -1/2 x 11 -inch pages front and back for a total of twenty four (24) numbered pages, not including the letter of transmittal, index, project schedule, dividers and the front and back covers. Proposals should not include any pre - printed or promotional materials. Any proposals exceeding 24 numbered pages may not be considered. The original proposal document shall be signed in blue ink by an officer of the company 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 sixty (60) calendar days from the proposal closing date is required. 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 will not be responsible for any loss or delay with respect to delivery of the proposals. The City of Dubuque is not liable for any cost 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 the firms in responding to this RFP and those not specified in any contract. All results from this project will remain the property of the City of Dubuque. Thank you for your consideration and interest in the project. Sincerely, Dave Ness, P.E. Civil Engineer II City of Dubuque US 151_61 Capacity Improvements RFP City of Dubuque, Iowa Consultant Professional Services Request for Proposal September 17, 2010 Appendix A Consultant Evaluation and Selection Process Masterpiece on the Mississippi 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 design of traffic signals, signal geometrics and turn lane geometrics. a. Qualifications and experience of the Consultant and any subconsultants. b. Demonstration of the project teams and technical abilities. c. If a joint venture with subconsultants, the track record of the Consultants experience working together. d. Experience of the Consultant working on municipal projects. e. Experience of the Consultant working on municipal projects in Iowa. f. Overall success of past projects completed for the City of Dubuque. 2. Quality and completeness of the written proposal. The proposal should clearly demonstrate understanding of the City's overall objectives for the IA 32 (NW Arterial) Capacity Improvements. 3. 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 the Consultant team to demonstrate initiative, motivation, and knowledge as an indication of their desire to work with the City of Dubuque. d. Ability to demonstrate knowledge of the City of Dubuque. 4. Proposed schedule required to complete project. CONSULTANT SHORT -LIST EVALUATION CRITERIA A selection committee may or may not choose to interview one or all of the short- listed Firms. Both the original submitted proposal and the results of any Consultant interviews 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 design of traffic signals, ITS systems, and transportation systems: a. Qualifications and experience of the Consultant and any subconsultants. b. Demonstration of the project teams and technical abilities. c. If a joint venture with subconsultants, the track records of the Consultants experience working together. d. Experience of the Consultant working on municipal projects. e. Experience of the Consultant working on municipal projects in Iowa. f. Overall success of past projects completed for the City of Dubuque g. Experience of the project team working with the public and other project stakeholders in designing and constructing turn lanes and traffic control systems. 2. Quality and completeness of the written proposal. The proposal should clearly demonstrate understanding of the City's overall objectives for the IA 32 (NW Arterial) Capacity Improvements. 3. 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 the Consultant team to demonstrate initiative, motivation and knowledge as an indication of their desire to work with the City of Dubuque. d. Ability to demonstrate knowledge of the City of Dubuque. 4. Responsiveness and compatibility between the Consultant and City: a. General attitude and ability to communicate. b. Ability of the Consultant to maintain a high level of direct interaction and communication with City staff. c. Ability to listen, be flexible, and follow and /or implement direction and ideas or concepts. d. How the Consultant team interacts with the general public, City staff, and public officials. 5. Proposed schedule required to complete project. 6. Cost of the IA 32 (NW Arterial) Capacity Improvements in relationship to the services offered. SELECTED CONSULTANT - FEE NEGOTIATION PROCESS Upon the successful completion of the Consultant review process, the RFP Selection Committee will recommend to the City Manager or City Council awarding 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. 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. US 151_61 Capacity Improvements RFP City of Dubuque, Iowa Consultant Professional Services Request for Proposal September 17, 2010 Appendix B RFP Rules and Protest Procedure Masterpiece on the Mississippi 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 Proposer an advantage or benefit not enjoyed by other Proposers. EXCEPTIONS Proposer exceptions to any part of the requirements stated in this request must be clearly identified as exceptions and noted in the transmittal letter and in the submitted budget. RANKING OF THE PROPOSALS No debriefings or scoring information shall be released before the City Manager has recommended that a contract be negotiated with the recommended firm. However, after said authorization has been given, all contents of the selected proposal 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 in 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. The written dispute shall be sent via certified mail or delivered in person to the point of contract set forth in Section 13.0, who shall review the written dispute and work with the City Manager to render a decision which shall be considered final. US 151_61 Capacity Improvements RFP City of Dubuque, Iowa September 17, 2010 Appendix C Consultant Professional Services Request for Proposal Masterpiece on the Mississippi City of Dubuque Contract Terms and Conditions 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 its officers, agents, and employees 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. TERMINATION. City may terminate this agreement, with or without cause, upon providing 14 days written notice to the Consultant. 7. 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 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. 8. 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. 9. 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. US 151_61 Capacity Improvements RFP City of Dubuque, Iowa Consultant Professional Services Request for Proposal September 17, 2010 Appendix D Insurance Requirements Masterpiece on the Mississippi SCHEDULE C INSURANCE REQUIREMENTS FOR PROFESSIONAL SERVICES 1. All policies of insurance required hereunder shall be with an insurer authorized to do business in Iowa. All insurers shall have a rating of A of better in the current A.M. Best Rating Guide. 2. All policies of insurance shall be endorsed to provide a thirty (30) day advance notice of cancellation to the City of Dubuque if cancellation is prior to the expiration date. This endorsement supersedes the standard cancellation statement on the Certificate of Insurance. 3. Consultant shall furnish a Certificate of Insurance to the City of Dubuque, Iowa for the coverage required in Paragraph 6 below. Such Certificates shall include copies of the following endorsements: a) Thirty day notice of cancellation to the City of Dubuque. b) Commercial General Liability policy is primary and non - contributing. c) Commercial General Liability additional insured endorsement. d) Governmental Immunities Endorsement. e) Waiver of Recovery under workers compensation. Consultant shall also be required to provide Certificates of Insurance of all subconsultants and all sub -sub consultants who perform work or services pursuant to the provisions of this contract. Said certificates shall meet the same insurance requirements as required of the Consultant. 4. Each certificate shall be submitted to the contracting department of the City of Dubuque. 5. 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. 6. Contractor shall be required to carry the following minimum coverage /limits or greater if required by law or other legal agreement: a) COMMERCIAL GENERAL LIABILITY General Aggregate Limit $2,000,000 Products - Completed Operations Aggregate Limit $1,000,000 Personal and Advertising Injury Limit $1,000,000 Each Occurrence Limit $1,000,000 Fire Damage Limit (any one occurrence) $ 50,000 Medical Payments $ 5,000 This coverage shall be written on an occurrence, not claims made, form per project. All deviations or exclusions from the standard ISO commercial general liability form CG 0001 or Business owners BP 0002 shall be clearly identified. Governmental Immunity endorsement identical or equivalent to form attached. An additional insured endorsement identical or equivalent to ISO Form CG 2026 and include as additional insureds: "The City of Dubuque, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and /or authorities and their board members, employees, and volunteers." b) WORKERS COMPENSATION & EMPLOYERS LIABILITY Statutory for Coverage A Employers Liability: $100,000 each accident $100,000 each employee- disease $500,000 policy limit— disease Policy shall include an endorsement waiving right of recovery against City of Dubuque. c) PROFESSIONAL LIABILITY: $2,000,000 d) UMBRELLA/EXCESS LIABILITY $2,000,000 POLICY NUMBER THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. Name of Person Or Organization: The City of Dubuque, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and /or authorities and their board members, employees, and volunteers. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule as an insured but only with respect to liability arising out of your operations or premises owned by or rented to you. Copyright. Insurance Services Office. Inc. 1994 COMMERCIAL GENERAL LIABILITY SCHEDULE CG 20 26 11 85 CITY OF DUBUQUE, IOWA GOVERNMENTAL IMMUNITIES ENDORSEMENT 1. Nonwaiver of Governmental Immunity. The insurance carrier expressly agrees and states that the purchase of this policy and the including of the City of Dubuque, Iowa as an Additional Insured does not waive any of the defenses of governmental immunity available to the City of Dubuque, Iowa under Code of Iowa 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 Iowa 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 City 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 insurance carrier shall not deny coverage under this policy and the insurance carrier shall not deny any of the rights and benefits accruing to the City of Dubuque, Iowa under this policy for reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of the defense(s) of governmental immunity asserted by the City of Dubuque, Iowa. No Other Change in Policy. The above preservation of governmental immunities shall not otherwise change or alter the coverage available under the policy. UA 15161 Capacity Improvements RFP City of Dubuque, Iowa Consultant Professional Services Request for Proposal September 17, 2010 Appendix E ICAAP Grant Information Masterpiece on the Mississippi US 151_61 Capacity Improvements RFP City of Dubuque, Iowa Consultant Professional Services Request for Proposal September 17, 2010 Appendix F Iowa DOT Catfish Creek Project Summary Masterpiece on the Mississippi US 151_61 Capacity Improvements RFP City of Dubuque, Iowa Consultant Professional Services Request for Proposal September 17, 2010 Appendix G Additional Design Information (City of Dubuque Traffic Specifications) Masterpiece on the Mississippi