Loading...
Request for Proposals_9th & 11th Street One-Way, Two-Way ConversionMasterpiece on the Mississippi TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager Dubuque bierd All-America City 1 2007 SUBJECT: 9th Street & 11th Street: One -Way to Two -Way Conversion Downtown Central Business District Comprehensive Traffic Analysis Consultant Services DATE: December 28, 2011 City Engineer Gus Psihoyos is recommending issuance of a Request for Proposal (RFP) to seek qualified firms interested in providing professional services for the 9th Street & 11th Street one -way to two -way conversion and the comprehensive analysis of existing traffic signal timings in the Downtown Central Business District. As part of the Historic Millwork District Master Plan, the Cunningham Group (Minneapolis, Minnesota) recommended 9th Street, between Bluff and Elm, and 11th Street, between Central and Elm, be converted from one -way to two -way streets. The City of Dubuque recently received an $8,000,000 State of Good Repair grant from the Federal Transit Administration. This grant provides for an intermodal facility in the Historic Millwork District. The conversion of 9th and 11th Streets to two -way traffic is essential for this facility to function adequately. In order to accommodate the intermodal center, the Elm Street Connector needs to be removed. Additionally, Elm Street and Pine Street between 9th and 11th Streets will need to be converted to two -way traffic. The Iowa DOT now requires the City of Dubuque to submit improvement plans showing the proposed geometric changes and traffic signal changes. The selected consultant would design the improvements needed to make the conversion of 9th Street, 11th Street, Elm Street and Pine Street to two -way traffic. Also the consultants will study the existing intersections in the downtown area from US 20 on the south (between Bluff and Elm) to 22nd Street on the north (from Central to Elm). The 55 existing signalized intersections in the downtown area will be reviewed and modified to develop optimized signal timing plans. Warrant studies will also be conducted to see where signals should be removed or added. The project budget is expected to be in the range of $150,000 - $175,000 once a final scope of services has been negotiated. The funding will be allocated from the $1.75 million general obligation bond the City recently sold for the one -way to two -way conversion. 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 Teri Goodmann, Assistant City Manager Gus Psihoyos, City Engineer Dave Heiar, Economic Development Director 2 THE CITY OF DUB Masterpiece on the Mississippi Dubuque kratd All-AmericaCity 2007 TO: Michael C. Van Milligen, City Manager FROM: Gus Psihoyos, City Engineer DATE: December 29, 2011 SUBJECT: 9t" Street & 11 t" Street: One -Way to Two -Way Conversion Downtown Central Business District Comprehensive Traffic Analysis Consultant Services INTRODUCTION The purpose of this memorandum is to request authorization to distribute a Request for Proposal (RFP) to seek qualified firms interested in providing professional services for the 9t" Street & 11t" Street one -way to two -way conversion and the comprehensive analysis of existing traffic signal timings in the Downtown Central Business District. BACKGROUND As part of the Historic Millwork District Master Plan, the Cunningham Group (Minneapolis, Minnesota) recommended 9th Street, between Bluff and Elm, and 11th Street, between Central and Elm, be converted from one -way to two -way streets. The City of Dubuque recently received an $8,000,000 State of Good Repair grant from the Federal Transit Administration. This grant provides for an intermodal facility in the Historic Millwork District. The conversion of 9t" and 11 t" Streets to two -way traffic is essential for this facility to function adequately. In order to accommodate the intermodal center, the Elm Street Connector (E -911) needs to be removed. Additionally, Elm Street and Pine Street between 9t" and 11 t" Streets will need to be converted to two -way traffic. The selected consultant would design the improvements needed to make the conversion of 9t" Street, 11 t" Street, Elm Street and Pine Street to two -way traffic. Previously a traffic study by Veenstra & Kimm of West Des Moines, Iowa identified that this one -way to two -way conversion was feasible. City staff had afollow -up traffic study performed by IIW Engineers, P.C. at the request of the Iowa Department of Transportation (Iowa DOT). This follow -up traffic study looked closely at the interaction of the proposed two -way traffic of 9t" and 11 t" streets on the one -way couplets of Central and White Streets since these streets serves as US 52 truck routes. The Iowa DOT has stated that they concur with the results of the two traffic studies. They now require the City of Dubuque to submit improvement plans showing the proposed geometric changes and traffic signal changes. On March 18, 2010, Dubuque Main Street and City staff held an open house with impacted property owners to discuss the potential conversion and its impact. The general consensus of those in attendance was strong support of converting 9th and 11th Streets from the one- to two -way street design. DISCUSSION The professional consultant services contract for the 9th Street & 11th Street One -Way to Two -Way Conversion will include the following: — This one -way to two -way conversion will substantially change the traffic flow and existing coordination routes through the City in all directions. This RFP will include studying the existing intersections in the downtown area from US 20 on the south (between Bluff and Elm) to 22nd Street on the north (from Central to Elm). The 55 existing signalized intersections in the downtown area will be reviewed and modified to develop optimized signal timing plans. Warrant studies will also be conducted to see where signals should be removed or added. — Prepare an exhibit to the Iowa DOT to allow their sign off on the implementation of the conversion of 9th Street, 11th Street, Elm Street and Pine Street from one -way to two -way. — Prepare preliminary and final construction documents to allow for the conversion from one -way to two -way to take place. — Provide cost estimates for the roadway and signal improvements. The tentative schedule for the 9th Street & 11th Street One -Way to Two -Way Conversion RFP is as follows: RFP Release to Public Response Due Date Recommendation to City Manager Recommendation to City Council Design Completion January 4, 2012 January 20, 2012 January 24, 2012 February 6, 2012 June 1, 2012 A study of just the Historic Millwork District area would take about 60 days; but with the additional downtown work, this is anticipated to take about 90 days. This delay will not cause a problem with the intermodal transportation parking facility, but it will delay the acquisition of terminal property from the Iowa Department of Transportation. The selected consultant will complete the study under the general direction and coordination of the City's Engineering Department as authorized by the City Council. BUDGET IMPACT The project budget is expected to be in the range of $150,000 — $175,000 once a final scope of services has been negotiated. The funding will be allocated from the $1.75 million general obligation bond the City recently sold for the one -way to two -way conversion. ACTION TO BE TAKEN I respectfully request the City Council to approve the distribution of the Request for Proposal (RFP) for the 9th Street & 11th Street one -way to two -way conversion and the comprehensive analysis of existing traffic signal timings in the Downtown Central Business District. Prepared By: Jon Dienst, P.E. cc: Laura Carstens, Planning Services Manager David Heiar, Economic Development Director Aaron DeJong, Assistant Economic Development Director John Klostermann, Street Maintenance Supervisor Jenny Larson, Budget Director David Ness, PE Ken TeKippe, Finance Director Bill Schlickman, Traffic Engineering Assistant REQUEST FOR PROPOSAL (RFP) THE CITY OF ISSUE DATE: January 4, 2012 CONTACT: Jon Dienst, P E PHONE NO: 563- 589 -4270 FAX NO: 563- 589 -4205 EMAIL: idienst @cityofdubuque org 1IITJB � Masterpiece on the Mississippi SUBMIT PROPOSAL /OFFER PRIOR TO CLOSING DATE: January 20, 2012 CLOSING TIME: 2:00 P.M. (local time) SUBMIT TO SEE Section 8.0 FAX/EMAIL NOT ACCEPTED DESCRIPTION: 9th Street & 11th Street One -way to Two -way Conversion Design Services RECEIPT OF PROPOSAL El If you are considering a response the left, fill in the information below that you received this RFP. NO RESPONSE REPLY E 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 CITY OF DUBUQUE ENGINEERING DEPARTMENT REQUEST FOR PROPOSAL 9t" & 11 t" Streets One -way to Two -way Conversion Design Services City of Dubuque, Iowa January 4, 2012 Page 2of31 RFP ORGANIZATION 9r" & tit" Streets One -way to Two -way Conversion Design Services City of Dubuque, Iowa January 4, 2012 Table of Contents: SECTION 1.0 Introduction ........ ............................... . 2.0 Project Objectives ............................... 3.0 Community Background. 4.0 Project Scope of Services ..................... 5.0 Use of City Resources .......................... 6.0 Information to be Included in the Proposal 7.0 Proposal Question and Answers ............. 8.0 Submission Requirements ...... ............... Appendix A Consultant Evaluation Selection Process Appendix B RFP Rules and Protest Procedure ................... Appendix C City of Dubuque Contract Terms and Conditions. Appendix D Insurance Requirements . ............................... Appendix E Project Related Data ..... ............................... Page 3 of 31 PAGE 4 4 5 6 11 11 14 14 17 21 23 26 30 9th & 1 1th Streets One -way to Two -way Conversion Design Services City of Dubuque, Iowa THE CITY OF Dui Masterpiece on the Mississippi Consultant Professional Services Request for Proposal January 4, 2012 1.0 INTRODUCTION The City of Dubuque, Iowa is soliciting competitive sealed proposals from qualified professional consulting firms to design street and traffic signal improvements to convert 9th street, 11 th street, Elm Street and Pine Street from one -way to two -way traffic for the City of Dubuque. The City of Dubuque has recently been awarded an $8,000,000 State of Good Repair Grant from the US Federal Transit Administration. The City is in the process of designing a new Intermodal Transportation Center (ITC) in the Historic Millwork District. The ITC will be located between 9th and 11th streets and Washington and Pine Streets. It is anticipated that the timeframe for the project will be approximately three months following the signing of a professional services agreement. The selected Consultant will be expected to complete the contracted scope of work within the specified timeframe, under the general direction and coordination of the City's Engineering Department as authorized by the City Council. 2.0 PROJECT OBJECTIVES In the Historic Millwork District Masterplan it was identified that 9th Street and 11th Street should be converted to two -way traffic to facilitate interaction with the Millwork District. The two streets are currently one -way pairs that are partially under IDOT jurisdiction for US 52 traffic and provide access to US 61/151. There have been recent improvements to 9th and 10th streets to incorporate "Complete Streets" elements in them as part of the Historic Millwork District Complete Streets Project (HMD). The HMD project is in the process of completion. This project was funded with a $5.6 million dollar US DOT TIGER (Transportation Investment Generating Economic Recovery) grant. The City of Dubuque is seeking a qualified Consultant to design preliminary and finals plans for the roadway improvements and traffic signal improvements. The final plans must be prepared in an Iowa Department of Transportation (IDOT) format. Page 4 of 31 This work consists of reviewing the conditions of the existing intersections in order to prepare an exhibit for submittal to the Iowa DOT to allow their sign off on the implementation of the conversion of 9th Street, 11th Street, Elm Street, and Pine Street from one -way to two -way. Central Avenue and White Street will remain a one -way couplet as will Bluff Street and Locust Street. Additionally, the work includes preparing construction documents to allow the conversion to take place. The conversion needs to occur in order to allow the removal of the E -911 (Elm Street) connector which passes through the proposed site of the Intermodal Transportation Center (ITC) near the Historic Millwork District. A traffic study was prepared by Veenstra & Kimm, Inc. to evaluate the potential of converting the one -way couplet of 9th and 10th Street from Bluff Street to Central Avenue to two -way and converting the one -way couplet of 9th Street and 11th Street from Central Avenue to Kerper Blvd. from one -way to two -way. Subsequently, IIW P.C. performed an analysis of the impacts and street improvements required from Central Avenue to Kerper Blvd. to allow the conversion of Elm Street; Pine Street as well as 9th Street and 11th Street from one -way to two -way. This conversion will not only be consistent with the master plan of the Historic Millwork District but improve circulation for the downtown businesses and the ITC. The Iowa DOT is requiring preliminary plan development of the portion from Central Avenue to US 61/151 because currently 9thStreet and 11th Street are signed as part of the US 52 highway routing. This City will need the proposal to be separated into phases to see the anticipated total cost of design and implementation, however all phases would not need to be completed at this time. The final design component includes final plans and specifications suitable for construction. City Engineering will distribute plans to bidders and publish the notice to bidders. All construction management and inspection would be performed by City of Dubuque Engineering staff. There will need to be coordination with Canadian Pacific rail line to allow train preemption of the signals at Elm Street and 9th Street, and signals at 11th Street and Elm Street. It is also expected that the consultant will help determine fiber optic improvements needed at all intersections affected by the one -way to two -way change. 3.0 COMMUNITY BACKGROUND The City of Dubuque is located on the Mississippi River in northeastern Iowa, adjacent to Illinois and Wisconsin. The City is approximately 30 square miles in area, with a population of approximately 60,000 people. The City's annual operating and capital budget is nearly $116 million and funds a full range of services. The City's web site is www.cityofdubuque.orq. The community has a stable and diversified manufacturing base and a growing service sector. Dubuque is the major retail, medical, education and employment center for the tri- state area. Tourism continues to be a major economic force in the community. City government works in collaboration with the private sector to promote economic development. The job creation and unemployment numbers show that Dubuque is growing steadily in the current economic climate. Dubuque's construction numbers reveal an even more encouraging picture. The City has formed strong relationships with the local business community to promote continued economic growth and success. Page 5 of 31 4.0 PROJECT SCOPE OF SERVICES The following outline represents the minimum components for performing the design services. In preparing a response to this RFP, the Consultant should describe the means or strategy by which they would satisfy the scope of services. The consultant should break out separate cost estimates for each of the major design tasks listed below. The major design tasks are Tasks 1 -7 listed below. 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 budget are being adhered to at all times for the duration of the project. Additionally, the Project Manager shall serve as the primary point of contact for all exchange of information between the City and the Consultant. 4.2 Project Manager Deliverables The following is a list of requirements that shall be provided throughout the design services. 4.2.1 The Project Manager shall submit and updated electronic copy of the project schedule on the first Tuesday of each month. 4.2.2 The Project Manager shall submit the project progress report on the first and third Tuesday of each month. The summary shall be submitted electronically and be less than a single page in length. 4.3 — TASK 1 — Analyze Existing Traffic Signal Timings for the Central Business District (CBD) 4.3.1 Meet with City representatives to discuss concerns of the impact of two way traffic on 9th and 11th Streets with existing traffic timings in the CBD. The CBD area runs from Locust Street (south) to 22nd Street (north) and from Elm Street (east) to Bluff Street (west). Also review the newly constructed Bee Branch area. 4.3.2 Prepare an updated signal timing /coordination plans for all of the traffic signals. The current traffic signals are on a 60 second cycle. 4.3.3 The consultant shall model the CBD with traffic simulation software such as trafficware or similar. 4.3.4 The consultant is expected to review all of the intersections and determine whether the traffic signal should remain or be added, along with other modifications. Page 6 of 31 4.4 — TASK 2 - Preliminary Design of 9th Street and 11th Street from Kerper Blvd. to Central Avenue (US 52) 4.4.1 Meet with City representatives to determine the location on Kerper Blvd. where there is a transition from one -way to two -way streets. Meet with the City to verify desired signal phasing to allow preparation of the exhibit for submittal to the Iowa DOT. 4.4.2 Prepare schematic marking and signing plans to create an exhibit showing the proposed signing and pavement marking revisions for the entire route from Kerper /Pine to Central Avenue when converting Pine Street, Elm Street, 9th Street and 11th Street to two -way. Assumes the routing is taking NB 52/61/151 to NB 52; SB 52 to NB 61/151; and SB 52 to SB 52/61/151 along 9th Street and SB 61/151 to NB 52 along 11th Street. Except for the movement from NB 52/61/151 to NB 52; all other movements are the same as existing. Elm Street and Pine Street would no longer be part of the US 52 routing. 4.4.3 Preliminary plan development using survey data provided by the City for the following intersections. The City expects to review 30 %, 60% and 90% plans. The assumed geometric changes are listed below: a. 11th Street and Kerper Blvd.- determine conversion location and potential island changes. b. 11t Street and on ramp /Pine Street- remove channelization island, radius improvements. c. 11th Street and off -ramp- minimal if any geometric changes. d. 11th Street and Elm Street- geometric modifications to remove existing NB Elm Street- preliminary layout is complete as part of the Intermodal Design (attached). e. 9th Street and Pine - revise radius. f. 9th Street and off -ramp - remove signals. g. 9th Street and on- ramp /Elm Street- add turn lane and revise radius- preliminary layout complete as part of Intermodal Design. h. 9th Street and White Street- review radius to see if improvements are needed to allow large vehicles to make turning movements without encroachment into the opposing traffic lane. The design vehicle should be a WB -65. i. 9th Street and Central Avenue - review radius to see if improvements are needed to allow turning movements without encroachment into the opposing traffic lane. The design vehicle should be a WB -65. 4.4.4 Preliminary plan development for signal improvements including showing signal head configuration, mast arm locations, and mast arm lengths. These layouts would be completed on an aerial unless the intersection survey data is already available. a. 11th Street and Elm Street- new signal with railroad preemption. b. 11th Street and White Street- add mast arm, depending on age of signal the controller might need replacement. c. 11th Street and Central Avenue signal revisions - modify signal heads. d. 9th Street and on ramp /Elm Street- new signal with rail preemption. e. 9th Street and White Street- add mast arm, modify signal heads. f. 9th Street and Central Avenue- add mast arm, modify signal heads. Page 7 of 31 4.4.5 Meet with City staff to review preliminary design. 4.4.6 Make modifications requested; deliver preliminary design to City for distribution to the IDOT. 4.4.7 Meet with the IDOT On person or conference call) to discuss preliminary design, signing, and marking. 4.4.8 Develop a construction cost estimate for the traffic signal and roadway improvements. 4.5 — TASK 3 — Preliminary Design of 9th Street and 11th Street from Central Avenue to Bluff Street 4.5.1 Meet with City to verify improvements between Central Avenue and Bluff Street on 9th Street, 10th Street, and 11 h Street. Currently 11th Street is a two -way street with stop controls west of Central Avenue. 9th Street is one -way eastbound from Locust Street to Central Avenue; and 10th Street is one -way westbound from Central Avenue to Bluff Street. Due to the one -way nature of Bluff and Locust it seems to make sense to allow 10th Street to remain one -way westbound from Locust Street to Bluff Street. 9th Street is two -way from Bluff Street to Locust Street with parking on both sides of the street. Converting to two -way would require adjustment of traffic signals and pavement markings. Turn lanes may need to be added at some intersections. 10th Street was recently reconstructed as a "Complete Street" and has elements in place for that. 9th Street between Central and Main was recently reconstructed as a "Complete Street" between White and Main. 4.5.2 Review the existing traffic study as prepared by Veenstra & Kimm to determine what improvements with respect to turn lanes should be incorporated into the intersections between Central Avenue and Bluff Street on 9th Street and 10th Street. This study is attached in the appendix. 4.5.3 Prepare schematic signing and marking plans for the entire corridor from Central Avenue to Bluff Street to allow conversion of 9th Street and 10th Street from one -way to two -way. 4.5.4 Preliminary plan development using survey data provided by the City for the following intersections. The City expects to review 30 %, 60% and 90% plans. The assumed geometric changes are listed below: a. Review turning radii at Iowa Street and 10th Street. b. Review turning radii at Main Street and 10th Street. c. Review turning radii at Locust Street and 10th Street. d. Review turning radii at 9th Street and Locust Street. e. Review turning radii at 9th Street and Main Street. f. Review turning radii at 9th Street and Iowa Street. g. Install new pedestrian ramps at the Main Street and 10th Street intersection. Page 8 of 31 4.5.5 Preliminary plan development for signal improvements including showing signal head configuration, mast arm locations, mast arm lengths. These layouts would be completed on an aerial unless the intersection survey data is already available. a. Iowa Street and 10th Street - add a mast arm. In the SE corner all of the underground conduit is already in place. b. Main Street and 10th Street- install a new signal. c. Locust Street and 10th Street - revise signal head indications. d. Locust Street and 9th Street- add a signal. e. Main Street and 9th Street- install new signal. f. Iowa Street and 9th Street- add a mast arm. In the NW corner all of the underground conduit is already in place. 4.5.6 Meet with City staff to review preliminary design. 4.5.7 Make modifications requested; deliver preliminary design to City for distribution to DOT. 4.5.8 Meet with the Iowa DOT once to review preliminary design components. 4.5.9 Develop a construction cost estimate for the signal and roadway improvements. 4.6 — TASK 4 — Final Design plans for a local letting for 9th Street and 11th Street from Central Avenue to Kerper Blvd. 4.6.1 Create a base drawing from City provided survey data except in the areas of the proposed intermodal center where IIW already has the topographic survey completed. 4.6.2 Utility coordination to determine power sources for new signal installations and to determine if there are any utility conflicts related to placement of proposed signals. 4.6.3 Prepare final plans for bidding based on the approved preliminary design. This proposal assumes reconstruction of one curb ramp at each intersection where there is existing sidewalk except at the Elm Street intersections where multiple curb ramps will be needed. The level of design of the curb ramp will show anticipated grades and sidewalk removal limits to make the ramps ADA compliant. 4.6.4 Prepare design for Elm Street reconstruction from 9th Street to 12th Street including the added turn lane on 9th Street. 4.6.5 Prepare specifications, bid schedule, and contract documents. 4.6.6 Deliver plans and specifications to City Engineering department for distribution to bidders. 4.7 - TASK 5 — Final Design plans for a local letting for 9th Street and 11th Street from Central Avenue to Bluff Street. 4.7.1 Create a base drawing from City provided survey data. Page 9 of 31 4.7.2 Utility coordination to determine power sources for new signal installations and to determine if there are any utility conflicts related to placement of proposed signals. 4.7.3 Prepare final plans for bidding based on the approved preliminary design. Except as noted at the 10th Street and Main Street intersection, this proposal assumes reconstruction of one curb ramp at each intersection where there is existing sidewalk. The level of design of the curb ramp will show anticipated grades and sidewalk removal limits to make the ramps ADA compliant. 4.7.4 Prepare specifications, bid schedule, and contract documents. 4.7.5 Deliver plans and specifications to City Engineering department for distribution to bidders. 4.8 — TASK 6 — Topographic Survey of 9th Street and 11th Street from Kerper Blvd. to Central Avenue (US 52) including Pine Street and Elm Street 4.8.1 Do a full topographic survey of 9th street and 11th street from Kerper Blvd. to Central Avenue (US 52) including Pine Street and Elm Street 4.8.2 Create a base drawing from the topo survey in an AutoCAD 2012 format and supply a copy of the drawing to the City. 4.9 - TASK 7 — Topographic Survey of 9th Street and 11th Street from Central Avenue to Bluff Street 4.9.1 Do a full topographic survey of 9th street and 11th street from Central Avenue to Bluff Street. 4.9.2 Create a base drawing from the topo survey in an AutoCAD 2012 format and supply a copy of the drawing to the City. 4.10 — Project Coordination 4.10.1 Coordination with City Staff The consultant will participate in multiple coordination meetings with the City of Dubuque to review preliminary plans and final plans. The consultant should plan on a minimum of five (5) meetings for preliminary design and five (5) meetings for final design. 4.10.2 Miscellaneous Coordination Coordinate with the Iowa Department of Transportation (Iowa DOT) with respect to the impact of the 9th and 11th Streets conversion on the US 61/151 interchange. Coordinate with emergency services and transit to identify existing routes and any potential concerns or issues with the proposed one -way to two -way conversions of 9th, 11th, Elm and Pine Streets. Page 10 of 31 4.11 — Schedule It is the intent of the City that the project shall be completed within three months (3) after signing of the contract. 5.0 USE OF CITY RESOURCES 5.1 - Use of City Resources for the RFP Preparation • All information requests shall be directed to the City's Project Manager as detailed in Section 7.0 of this request for proposal. All Consultants should note that directly contacting other City of Dubuque or ECIA staff or any of the Selection Committee members shall be considered inappropriate and grounds for disqualification. 5.2 - Material Available for the RFP • Most current aerial photograph of the project area. A current aerial photograph of the City of Dubuque is available in SID file format on DVD if requested by the Consultant. • CADD line work drawings of City Roads (PDF and AutoCAD Format) are available on DVD if requested by the Consultant. 5.3 - City Resources Available to the Selected Consultant • The City will make its ArcView GIS mapping and data analysis capabilities available for this project as well as staff contact /resources persons in the Planning Services Department and the Engineering Department. Digital aerial photos of the City of Dubuque were taken in the spring of 2009. • Proposed land use plans for project area • Existing Daily and Peak Hour (Turning Movement) Traffic Counts for study corridors and intersections. Consultant will be required to gather data for intersections city does not have information. • City Planned and Programmed Transportation Improvements • Topographic survey of the affected corridors will be provided. • Previous Traffic Studies. 5.4 - Outside Resources Available to the Consultant • East Central Intergovernmental Association • Chandra Ravada, Director of Transportation 7600 Commerce Park Dubuque, IA 52002 Phone 563.556.4166 Fax 563.556.0348 6.0 INFORMATION TO BE INCLUDED IN PROPOSAL The Proposal should address all of the points outlined in this RFP excluding any cost information which shall be included in a separate sealed envelope labeled "Project Cost Estimate ". The Proposal should be prepared simply and economically, providing a straight- forward, concise description of the Consultant's capabilities to satisfy the requirements of the RFP. Page 11 of 31 To simplify the review process and to obtain the maximum degree of comparability, the proposal shall include the following information and shall be organized in the order and manner specified below. While additional data may be presented, the following subjects must be included. They represent the criteria against which the proposal will be evaluated. Letter of Transmittal Provide a letter of transmittal briefly outlining the Consultant's understanding of the work and list the Project Manager's the name, address, telephone number, fax number and e-mail address. The name that is provided for the Project Manager will be used as the primary contact person during the RFP evaluation process. Index Each proposal shall contain a table of contents that delineates each section contained in the proposal and the corresponding page number. Profile of Firm Provide general information about the Firm, along with its area of expertise and experience as it relates to this RFP. Describe the experience and success of the Firm in performing similar projects. State the size of the Firm, the size of the Firm's professional staff, and the location of the office from where the work on this project will be performed. Discuss the Consultant's ability to integrate this project into their present workload. Include a statement to specify if the Consultant currently has the capacity to undertake the project or whether it intends to hire additional staff or partner with subconsultants. Scope of Services Describe the means or strategy by which the Consultant would satisfy the scope of services for the currently approved budget as listed in Section 4.0. Include a basic work plan for each strategy that delineates the Consultant's approach to the completion of the project. The work plan, at a minimum, should include those components outlined in Section 4 of this RFP. The Consultant should indicate in the work plan those aspects that might be completed by City staff. Highlight any parts of the work plan that will reflect the Consultant's unique philosophy or insight regarding it's approach to this project and how this approach positively impacts the successful completion of the project. Project Team Qualifications Provide the names of all members of the project team associated with this project. Specifically identify the supervisory and management staff including principals, the project manager, and technical experts who would be assigned to this project. For each project team member, provide their qualifications and experience. Include any training and relevant continuing and professional education. Include a flow chart that shows the communication path between the City and Consultant. Include all project team members on the flow chart and show the supervisory relationship between all members of the team. Be sure to include all subconsultants staff on the project team flow chart. Page 12 of 31 Provide the name and location of other subconsulting firms that would be used by the Consultant during the project and the approximate percentage of the work that would be performed by each of these firms. Provide the qualifications and experience of all subconsultant staff working on the project. In submitting the Proposal, the prospective Consultant is representing that each person listed or referenced in the proposal shall be available to perform the services as described. The Project Manager, principals, management, and other project team staff may be changed in accordance with the requirements described in Appendix D "3. Substitution of Project Team Members ". Describe the experience and success of the project team members proposed for the Dubuque project, in performing similar projects. Specifically list any experience and success completing roadway and traffic signal design 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. 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. 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. Page 13 of 31 7.0 PROPOSAL QUESTIONS AND ANSWERS If you have any questions concerning this proposal, or other technical questions, please submit your requests to the City's designated Project Manager. The City has used considerable efforts to ensure an accurate representation of information in this RFP. Each Proposer is urged to conduct its own investigations into the material facts provided. No answers given in response to questions submitted shall be binding upon this 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 January 18, 2012. 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, ECIA, DMAT's staff or any of the Selection Committee members except as expressly authorized by the City Project Manager identified in this section(Section 7.0). Violation of this restriction will be considered a violation of the rules and be grounds for disqualification of the Consultant's proposal. Project Manager contact information is as follows: Jon Dienst, P.E. Project Manager City of Dubuque Engineering Department 50 West 13th Street Dubuque, IA 52001 8.0 SUBMISSION REQUIREMENTS Phone: 563.589.4270 Fax: 563.589.4205 E -mail: jdienst @cityofdubuque.org Before submitting a proposal, each Consultant shall make all investigations and examinations necessary to ascertain site conditions and requirements affecting the full performance of the contract and to verify any representations made by the City upon which the Proposer will rely. Page 14 of 31 PROPOSAL SUBMITTAL INFORMATION • Submittal Deadline: • Submittal Location: • Submittal Contact & Mailing Address: January 20, 2012 on or before 2:00 p.m. CST City of Dubuque Engineering Department 50 West 13th Street Dubuque, Iowa 52001 -4864 City Engineer City of Dubuque Engineering 50 West 13th Street Dubuque, Iowa 52001 -4864 • Submittal Copies: Ten (10) sets of the proposal shall be provided. Submit one (1) original signed proposal, nine (9) copies and also an electronic .pdf version, all labeled 9 & 11 Streets One -way to Two -way Conversion Design Services. Submitted proposals must be in delivered in printed format with the exclusion of the one required .pdf version. The .pdf version shall be submitted on a compact disk along with proposal hardcopies. No faxed or e-mail proposals will be accepted. The proposal must be a document of not more than sixteen (16) numbered 8 -1/2 x 11 -inch pages, with the exception of the project schedule which may be presented in 11 x 17 -inch format, and not including the letter of transmittal, index, dividers and the front and back covers and the separately sealed cost proposals. Proposals should not include any pre - printed or promotional materials. Any proposals exceeding 16 numbered pages will not be considered. Each addendum must be acknowledged in the Letter of Transmittal by providing the addendum number and title. Failure to acknowledge each addendum will be considered grounds for possible disqualification. It is solely the Consultant's responsibility to ensure that you have received all 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. Page 15 of 31 Upon receiving this RFP, we request that you complete the "Receipt of Proposal Acknowledgement" — "No Response Reply" information contained on the first page of this document and return it to the City's Project Manager by mail, fax or email so the City can ensure that each Consultant received this Request For Proposal. The City of Dubuque appreciates your time and consideration of this RFP. Sincerely, Jon Dienst, P.E. Civil Engineer II City of Dubuque Page 16 of 31 9th & 1 1th Streets One -way to Two -way Conversion Design Services City of Dubuque, Iowa THE CITY OF Dui Masterpiece on the Mississippi Consultant Professional Services Request for Proposal January 4, 2012 Appendix A Consultant Evaluation and Selection Process Page 17 of 31 INITIAL EVALUATION CRITERIA Proposals will be screened to ensure that they meet the minimum requirements of the proposal format. A selection committee will review qualifying proposals and select Firms for placement on the consultant short -list for the project. The following criteria are among those that will be used to initially evaluate submitted proposals. 1. A high level of professional competence and a proven track record in the preparation of roadway and traffic signalization plans or similar: a. Qualifications and experience of the Consultant and any subconsultants. b. Demonstration of the professional expertise and technical abilities of the project team members. c. If a joint venture with subconsultants, the track records of the Firms experience working together. d. Experience of the Consultant working on municipal projects. e. Experience of the Consultant working on municipal projects in Iowa. Quality and completeness of the written proposal. The proposal should clearly demonstrate understanding of the City's overall objectives in the preparation of the 9th & 11th Streets One - way to Two -way Conversion for the City of Dubuque. 1. Design approach /methodology in completing scope of services such as: a. Grasp of project requirements and level of interest in the project. b. Creativity and problem solving ability. c. Ability of Consultant to demonstrate initiative, motivation and knowledge of the City of Dubuque. 2. Proposed schedule required to complete project. CONSULTANT SHORT -LIST EVALUATION CRITERIA A selection committee will interview the short- listed Firms. Both the original submitted proposal and the results of the Consultant interview will be used to select the final Consultant for the project. The following criteria are among those that will be used to evaluate the Consultants on the short -list. 1. A high level of professional competence and a proven track record in the preparation of roadway plans and traffic signalization plans or similar: a. Qualifications and experience of the Consultant and any sub - consultants. b. Demonstration of the professional expertise and technical abilities of the project team members. c. If a joint venture with subconsultants, the track records of the Firms experience working together. d. Experience of the Consultant working on municipal projects. e. Experience of the consultant in working with the Iowa DOT. f. Experience of the Consultant working on municipal projects in Iowa. g. Experience of the project team working with the public and other project stakeholders in preparing transportation corridor study reports and major traffic studies. h. Overall success of past projects completed for the City of Dubuque Page 18 of 31 Quality and completeness of the written proposal. The proposal should clearly demonstrate understanding of the City's overall objectives in the completion of the 9th & 11th Streets One - way to Two -way Conversion for the City of Dubuque. 1. Design approach /methodology in completing scope of services such as: a. Grasp of project requirements and level of interest in the project. b. Creativity and problem solving ability. c. Ability of Consultant team to demonstrate initiative, motivation and knowledge of the City of Dubuque. 2. Responsiveness and compatibility between the Consultant and City: a. General attitude and ability to communicate. b. Ability of the Consultant to maintain a high level of direct interaction and communication with City staff. c. Ability to listen, be flexible, and follow and /or implement direction and /or ideas or concepts. d. How the Consultant team interacts with the general public, City staff, and public officials. 3. Proposed schedule required to complete project. 4. Cost of the 9th & 11th Streets One -way to Two -way Conversion for the City of Dubuque in relationship to the services offered. SELECTED CONSULTANT - FEE NEGOTIATION PROCESS Upon the completion of the evaluation of the proposals, the RFP Selection Committee will recommend to the City Manager or City Council, the awarding of a contract to the highest ranked Consultant. The Selection Committee will also request authority to negotiate with the recommended Consultant a final scope of work and fee structure for the project. After authority is granted to negotiate an agreement and execute a contract with a Consultant, the Consultant shall prepare an industry standard Work Breakdown Structure (WBS) to reflect the 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 Page 19 of 31 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. Page 20 of 31 9th & 1 1th Streets One -way to Two -way Conversion Design Services City of Dubuque, Iowa THE CITY OF DU11 Masterpiece on the Mississippi Consultant Professional Services Request for Proposal January 4, 2012 Appendix B RFP Rules and Protest Procedure MINOR IRREGULARITIES The City reserves the right to waive minor irregularities in submitted proposals, providing such action is in the best interest of the City. Minor irregularities are defined as those that have no adverse effect on the City's best interests, and will not affect the outcome of the selection process by giving the prospective Consultants an advantage or benefit not enjoyed by other prospective Consultants. EXCEPTIONS Proposer exceptions to any part of the requirements stated in this request must be clearly identified as exceptions and noted in the letter of transmittal and in the submitted project cost estimate. RANKING OF THE PROPOSALS No debriefings or scoring information shall be released before the City Manager or City Council has recommended that a contract be negotiated with the recommended Firm. However, after authorization has been granted to negotiate a contract, all contents of the submitted proposals shall become public information. DEFINITIONS The City has established for the purposes of this RFP that the words "shall ", "must ", or "will" are equivalent in this RFP and indicate a mandatory requirement or condition, the material deviation from which shall not be waived by the City. A deviation is material if, in the City's sole discretion, the deficient response is not in substantial accord with this RFP's mandatory conditions requirements. The words "should" or "may" are equivalent in this RFP and indicate very desirable conditions, or requirements but are permissive in nature. Deviation from, or omission of, such a desirable condition or requirement will not in and of itself cause automatic rejection of a proposal, but may result in being considered as not in the best interest of the City. DISPUTES /EXCEPTIONS Any prospective Proposer who disputes the reasonableness or appropriateness of any item within this RFP document, any addendum to this RFP document, notice of award or notice of rejection shall set forth the specific reason and facts concerning the dispute, in writing, within five (5) business days of the receipt of the proposal document or notification from the City. The written dispute shall be sent via certified mail or delivered in person to the point of contact set forth in Section 7.0, who shall review the written dispute and work with the City Manager to render a decision which shall be considered final. Page 22 of 31 9th & 1 1th Streets One -way to Two -way Conversion Design Services City of Dubuque, Iowa THE CITY OF DU11 Masterpiece on the Mississippi Consultant Professional Services Request for Proposal January 4, 2012 Appendix C City of Dubuque Contract Terms and Conditions Page 23 of 31 TERMS AND CONDITIONS The following clauses shall be included in the final signed contract: 1. CONSULTANT'S ENDORSEMENT ON PLANS. The Consultant shall endorse the completed computations prepared under this Agreement, and shall affix thereto the seal of a licensed professional engineer, or licensed professional architect, licensed to practice in the State of Iowa, in accordance with the current Code of Iowa. 2. CHANGE IN SCOPE OF SERVICES. No change in scope shall be permitted during this project without the prior written agreement of both parties and the WBS being updated. 3. SUBSTITUTION OF PROJECT TEAM MEMBERS. The Project Manager, partners, management, other supervisory staff and technical specialists proposed for the project may be changed if those personnel leave the Consultant. These personnel may also be changed for other reasons however, in either case, the City retains the right to approve or reject the replacements and no replacements shall begin working on the project without the express, prior written permission of the City of Dubuque. 4. INSURANCE. Consultant shall at all times during the performance of this Agreement provide insurance as required by the attached Insurance Schedule. 5. INDEMNIFICATION. To the fullest extent permitted by law, Consultant shall indemnify and hold harmless the City from and against all claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the Contract, provided that such claim, damages, loss or expense is attributable to bodily injury, sickness, disease or death, or injury to or destruction of property (other than the Project itself) including loss of use resulting therefrom, but only to the extent caused in whole or in part by negligent acts or omissions of the Consultant, Consultant's subcontractor, or anyone directly or indirectly employed by Consultant or Consultant subcontractor or anyone for whose acts Consultant or Consultant's subcontractor may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. 6. ERRORS & OMISSIONS. In the event that the work product prepared by the Consultant is found to be in error and revision or reworking the work product is necessary, the Consultant agrees that it shall do such revisions without expense to the City, even though final payment may have been received. The Consultant must give immediate attention to these changes so there will be a minimum of delay during construction. The above and foregoing is not Page 24 of 31 to be constructed as a limitation of the City's right to seek recovery of damages for negligence on the part of the Consultant herein. 7. OWNERSHIP OF ENGINEERING DOCUMENTS. All sketches, tracings, plans, specifications, reports on special studies and other data prepared under this Agreement shall become the property of the City and shall be delivered to the Project Manager upon completion of the plans or termination of the services of the Consultant. There shall be no restriction or limitations on their future use by the City, except any use on extensions of the project or on any other project without written verification or adaptation by the Consultant for the specific purpose intended will be the City's sole risk and without liability or legal exposure to the Consultant. The City acknowledges the Consultant's plans and specifications, including all documents on electronic media, as instruments of professional service. Nevertheless, the plans and specifications prepared under this Agreement shall become the property of the City upon completion of the services and payment in full of all moneys due to the Consultant. The City and the Consultant agree that any electronic files prepared by either party shall conform to the specifications listed in Attachment _ of the contract. Any change to these specifications by either the City or the Consultant is subject to review and acceptance by the other party. Additional efforts by the Consultant made necessary by a change to the CADD software specifications shall be compensated for as Additional Services. The City is aware that significant differences may exist between the electronic files delivered and the respective construction documents due to addenda, change orders or other revisions. In the event of a conflict between the signed construction documents prepared by the Consultant and electronic files, the signed construction documents shall govern. The City may reuse or make modifications to the plans and specifications, or electronic files while agreeing to take responsibility for any claims arising from any modification or unauthorized reuse of the plans and specifications. 8. SUBLETTING, ASSIGNMENT OR TRANSFER. Subletting, assignment, or transfer of all or part of the interest of the Consultant in this Agreement is prohibited unless written consent is obtained from the Engineer and approved by the City. Page 25 of 31 9th & 11th Streets One -way to Two -way Conversion Design Services City of Dubuque, Iowa THE CITY OF DU11 Masterpiece on the Mississippi Consultant Professional Services Request for Proposal January 4, 2012 Appendix D Insurance Requirements Page 26 of 31 9Th & 91 th Streets One -way to Two -way Conversion Design Services City of Dubuque, Iowa THE CITY OF DUBdtJE Masterpiece on the Mississippi Consultant Professional Services Request for Proposal January 4, 2012 Appendix E Project Related Data Page 30 of 31