Loading...
RFP East_West Corridor Connectivity StudyDubuque THE CITY OF ~~,. plli ii ~u~ E re :~ Mc~sterp2ece on the .Mississippi 2007 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: East -West Corridor Connectivity Study DATE: November 26, 2007 City Engineer Gus Psihoyos is recommending approval of the Request for Proposals for engineering services required to complete the East -West Corridor Connectivity Study. On August 29, 2007, the City Council listed the completion of the East -West Corridor Study as a "High Priority" on its Goals and Priorities for Policy Agenda 2007 - 2008. The US 20 Corridor is the primary east-west route in the City of Dubuque and future traffic projections indicated US 20 alone will not provide sufficient capacity for east-west travel in the city. Capacity along alternate east-west corridors will need to be improved to provide connectivity between the western growth areas and the downtown. The purpose of the project is to engage a qualified consultant to study east-west traffic flow in the city and identify corridor improvements or modifications needed to support growing traffic demands. The City of Dubuque and the City of Asbury have agreed to partner in this study. As part of the RFP submittal, consultants will be required to submit separate costs for the portion of the work related to each City. As part of the partnering process, both cities will execute separate contracts with the single consultant that is selected to conduct the study. I concur with the recommendation and respectfully request Mayor and City Council approval. ,~z ~ a ~~,~-- Michael C. Van Milligen MCVM/jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Gus Psihoyos, City Engineer Dubuque THE CITY OF DT T ~ ~ All-America City U Masterpiece on tl~e Mississippi 2007 TO: Michael C. Van Milligen, City Mana er FROM: Gus Psihoyos, City Engineer SUBJECT: East -West Corridor Connectivity Study DATE: November 21, 2007 INTRODUCTION The purpose of this memorandum is to request permission to distribute a Request for Proposal (RFP) for engineering services required to complete the East -West Corridor Connectivity Study. BACKGROUND On August 29, 2007, the City Council listed the completion of the East -West Corridor Study as a "High Priority" on its Goals and Priorities for Policy Agenda 2007 - 2008. The US 20 corridor is the primary east-west route in the City of Dubuque and future traffic projections indicate US 20 alone will not provide sufficient capacity for east-west travel in the city. Capacity along alternate east-west corridors will need to be improved to provide connectivity between the western growth areas and the downtown. The purpose of the project is to engage a qualified consultant to study east-west traffic flow in the city and identify corridor improvements or modifications needed to support growing traffic demands. DISCUSSION The City of Dubuque and the City of Asbury have agreed to partner on this study. As part of the RFP submittal, consultants will be required to submit separate costs for the portion of the work related to each city. As part of the partnering process, both cities will execute separate contracts with the single consultant that is selected to conduct the study. The tentative schedule for the East -West Corridor Connectivity Study is as follows: RFP Release to Public Response Due Date Recommendation to City Manager Recommendation to City Council Traffic Study Completion December 5, 2007 January 4, 2008 January 30, 2008 February 4, 2007 Six to eight months following the execution of professional services agreement. RECOMMENDATION recommend that the City release the attached RFP and solicit proposals from qualified consultants to perform the East -West Corridor Connectivity Study. BUDGET IMPACT The estimated cost for engineering services is anticipated to be in the range of $200,000 to $350,000 once a final scope of services has been negotiated. The project will be divided into two phases. Phase I will be funded from the East -West Corridor Connectivity Study Capital Improvement Project (CIP 1001039) with a current balance of $148.804. The second phase of the project will be implemented if monies are available in the Fiscal Year 2009 budget. ACTION TO BE TAKEN I respectfully request authorization to release the Request for Proposal for the East - West Corridor Connectivity Study. Prepared by Steve Sampson Brown, Project Manager cc: Cindy Steinhauser, Assistant City Manager Teri Goodman, Assistant City Manager Laura Carstens, Planning Services Director Don Vogt, Public Works Director Jenny Larson, Budget Director Ken TeKippe, Finance Director Bob Schiesl, Asst. City Engineer Dave Ness, Civil Engineer REQUEST FOR PROPOSAL (RFP) THE CITY OF ISSUE DATE: December 5, 2007 . CONTACT: Steve Sampson Brown UB ~ D PHONE NO: 563-589-4270 FAX NO: 563-589-4205 ML1StC1'~'J18Ce Ori th8 MISSISSi~Ii EMAIL: sbrown@cityofdubuque.org SUBMIT PROPOSAUOFFER PRIOR TO: SUBMIT TO: CLOSING DATE: January 4, 2008 SEE Section 8.0 CLOSING TIME: 2:00 P.M. local time FAX/EMAIL NOT ACCEPTED DESCRIPTION: East -West Corridor Connectivity Study o RECEIPT OF PROPOSAL ACKNOWLEDGEMENT If you are considering a response to this RFP, please mark the box to the left, fill in the information below and return this sheet as a confirmation that you received this RFP. o NO RESPONSE REPLY If you do not want to respond to this RFP at this time, please mark the box to the left, fill in the information below and return this sheet only. COMPANY NAME: DATE: MAILING ADDRESS: CITY/STATE: ZIP CODE: AUTHORIZED SIGNATURE: PRINTED NAME: TITLE OF AUTHORIZED REPRESENTATIVE: EMAIL: PHONE: RFP ORGANIZATION East -West Corridor Connectivity Study City of Dubuque, Iowa December 5, 2007 Table of Contents: SECTION PAGE 1.0 Introduction .................................................................. 4 2.0 Project Objectives ......................................................... 4 3.0 Community Background .................................................. 5 4.0 Project Scope of Services ............................................... 5 5.0 Use of City Resources .................................................... 9 6.0 Information to be Included in the Proposal .......................... 10 7.0 Proposal Question and Answers ....................................... 12 8.0 Submission Requirements ............................................... 13 Appendix A Consultant Evaluation Selection Process ........................... 15 Appendix B RFP Rules and Protest Procedure .................................. 19 Appendix C City of Dubuque Contract Terms and Conditions ................. 21 Appendix D Insurance Requirements ................................................. 24 Appendix E Project Related Data ..................................................... 32 Appendix F City of Asbury -Expanded Scope of Services ..................... 33 Page 3 of 38 East -West Corridor Connectivity Study City of Dubuque, Iowa THE CITY OF DUB E Masterpiece on the Mississippi Consultant Professional Services Request for Proposal December 5, 2007 1.0 INTRODUCTION The City of Dubuque, Iowa is soliciting competitive sealed proposals from qualified professional consulting firms to complete an East-West Corridor Connectivity Study for the City of Dubuque. It is anticipated that the timeframe for the project will be approximately six months following the signing of a professional services agreement. The selected Consultant will be expected to complete the contracted scope of work within the specified timeframe, under the general direction and coordination of the City's Engineering Department as authorized by the City Council. The City of Asbury, Iowa may partner with the City of Dubuque to expand the scope of services for the East-West Corridor Connectivity Study to include areas within the City of Asbury. The scope of services associated with the City of Asbury's additional work can be found in Appendix F. 2.0 PROJECT OBJECTIVES The US 20 corridor is the primary east-west route in the City of Dubuque and future traffic projections indicate US 20 alone will not provide sufficient capacity for east-west travel in the city. Capacity along alternate east-west corridors will need to be improved to provide connectivity between the western growth areas and the downtown. The City of Dubuque is seeking a qualified Consultant to study east-west traffic flow in the city and identify corridor improvements or modifications needed to support growing traffic demands. This study shall be conducted with the joint cooperation of the City of Dubuque, City of Asbury, East Central Intergovernmental Association (ECIA) and the Dubuque Metropolitan Area Transportation Study (DMATS). Page 4 of 38 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.cityofdubuaue.orq. The community has a stable and diversified manufacturing base and a growing service sector. Dubuque is the major retail, medical, education and employment center for the tri- state area. Tourism continues to be a major economic force in the community. City government works in collaboration with the private sector to promote economic development. The job creation and unemployment numbers show that Dubuque is growing steadily in the current economic climate. Dubuque's construction numbers reveal an even more encouraging picture. The City has formed strong relationships with the local business community to promote continued economic growth and success. 4.0 PROJECT SCOPE OF SERVICES The following outline represents the minimum components for conducting this planning level transportation study. The City of Dubuque currently has budgeted $145,000 for a comprehensive planning level study of the east/west corridors in the city. The City would like the proposal to include a scope of what can be carefully and competently studied for this budget. In addition, if it is determined that the study requires a budget in excess of $145,000, the City reserves the right to negotiate an expanded scope of services with the selected Consultant and acquire additional funding to complete the expanded scope of work. The City wants it to be clear it desires a comprehensive and competent study of the eastlwest corridors so future capital improvement projects can be planned appropriately. In preparing a response to this RFP, the Consultant should describe the means or strategy by which they would satisfy the scope of services, and provide a second alternative or hybrid strategy that details what process and outcomes the Consultant would suggest to make the project better. 4.1 -Project Management & Accounting 4.1.1 The Consultant shall identify one person to serve as the Project Manager for this project. The Project Manager shall be the leader of this effort and is expected to ensure that the project scope, schedule and 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. 4.1.2 The Project Manager shall maintain an updated, Work Breakdown Structure (WBS) or task outline for the duration of the study. The WBS shall contain line items for all major deliverable components of the project and any significant subcomponents. Project Management shall be listed as a separate task on the WBS. The WBS shall Page 5 of 38 be maintained in electronic format using Microsoft Project software. The WBS shall track the amount of work accomplished on each task that listed. 4.1.3 The Project Manager shall maintain an updated project schedule for the duration of the project based on the tasks listed in the WBS. The project schedule shall also be maintained in Microsoft Project software. 4.1.4 The Project Manager shall maintain an updated Total Project Cost (TPC) budget for the duration of the project. The TPC budget shall be completed using the best available information at the time of each submittal in order to provide an estimated total cost for all components of the project. The budget shall include direct costs and reimbursable expenses for both the Consultant and the City. 4.1.5 The Project Manager shall submit to the City a bulleted progress report of the project on atwice-monthly basis. The summary shall only contain a list of major events that have occurred over the previous two weeks, a list of work that will be accomplished in the upcoming weeks and a list of critical items that need immediate attention. 4.2 Project Manager Deliverables The following is a list of requirements that shall be provided throughout the study. 4.2.1 The Project Manager shall submit an updated electronic copy of the WBS to the City on a monthly basis. The WBS shall be submitted on the first Tuesday of each month. At the time of submittal, the Project Manager shall be available for approximately 15 minutes by phone to discuss the progress made on individual tasks. 4.2.2 The Project Manager shall submit and updated electronic copy of the project schedule on the first Tuesday of each month. 4.2.3 The TPC budget shall be submitted to the City in an electronic file format on the first Tuesday of each month. 4.2.4 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 -Data Collection 4.3.1 Site visits conducted by the Consultant's roadway design and planning staff to obtain ground level site photos as needed to document clearly existing conditions, access issues, existing traffic control, and potential constraints along the east-west corridors selected for study. 4.3.2 Participate in a minimum of three coordination meetings with the City of Dubuque, City of Asbury, ECIA and DMATS to review long range land use plans, planned and programmed roadway improvements, and to assist in identifying east-west corridors to be studied and potential improvements to be considered. Arterial corridors to be studied shall include fully developed roadways (i.e., Fremont Ave, University Ave, Loras Blvd, Kaufmann Ave, Pennsylvania Ave, Asbury Road), and/or partially developed/rural corridors (i.e., 32"d Street, North Cascade Road, Middle Road). Page 6 of 38 4.3.3 Obtain the latest available peak hour turning movement counts and traffic signal timing information (if applicable) from the City, DMATS or State for the primary intersections on the east-west arterial and rural corridors identified during the screening process. Balance the peak hour traffic volumes between intersections and develop turning movement figures summarizing volume data (Note: the peak hour traffic counts should be in one hour increments rather that one 15 minute interval extrapolated to an hour). 4.3.4 Measure existing travel times between the primary intersections on the identified east- west corridors during the AM and PM weekday and weekend peak hours. Observe and record traffic conflicts, queue lengths and congestion while gathering travel time data. 4.4 -Existing Conditions Analysis 4.4.1 Perform peak hour level of service analysis for intersections on the selected corridors to establish existing operational conditions. 4.4.2 Perform daily volume segment analysis to assess planning level capacity for the studied corridors. Study corridors will need to be segmented based upon cross- section, design speed, traffic control, on-street parking, etc. 4.5 -Travel Demand Modeling (Direct coordination with the East Central Intergovernmental Association will be required for tasks involving the use of the travel demand model.) 4.5.1 Utilizing the TransCAD travel demand model the project team with ECIA staff will perform a screening of the east-west corridors to evaluate the US 20 diversion potential (Note: the Consultant will work directly with ECIA staff to have the screening and scenarios run with the model). Based on this evaluation, verify the east-west corridors to be selected for study. Up to six corridors are anticipated. The results of the screening process shall be documented in a technical memorandum by the Consultant. 4.5.2 ECIA Staff will develop scenarios with the TransCAD travel demand model for the east-west corridors identified for study with input from the project team. First scenario (East-West Corridors No-Build) will assume no capacity improvements to the east- west corridors identified. The second scenario (Implementation of East-West Corridors Capacity Improvements) will consider implementation of proposed capacity improvements to the east-west corridors. For each scenario, year 2030 design hour turning movement traffic projections for the primary intersections of each east-west corridor will be determined. (Note: ECIA staff will provide scenarios of different combinations of proposed improvements to the corridors upon request from the Consultant). 4.5.3 ECIA staff will be providing interim year projections for 2010, 2015, 2020, and 2025 to the Consultant. These projections will be utilized by the Consultant to determine interim year needs and for the Consultant to identify future project timing and sequencing. Page 7 of 38 4.6 -Concept Study 4.6.1 Identify potential capacity improvements to address projected bottlenecks and traffic safety issues in the existing east-west corridors (considering the 2030 traffic projections). Potential conceptual capacity improvements of existing fully developed corridors may include elimination or addition of traffic signals, addition of roundabouts, turn lane additions at key intersections, roadway widening, minor and major roadway realignment, elimination of all-way stop-controlled intersections, elimination of on street parking and conversion from two lanes to three lanes with opposing left-turn lanes. If geometric changes are proposed, ROW impacts and property acquisition requirements shall be identified. For all improvements, traffic and pedestrian safety shall be a primary consideration for each proposed alternative. 4.6.2 Provide conceptual planning level construction cost estimate that includes utility relocation and estimated right-of-way acquisition costs for all of the potential improvements identified in the previous task. A cost of inflation factor must be applied to all improvements scheduled for future years. 4.6.3 Conduct traffic simulation for primary intersections on the east-west corridors considering the existing lane configurations and traffic control. The traffic simulation will be utilized to evaluate the intersection level of service and travel times of the east- west corridors considering the No Build 2030 traffic projections, and assist in identifying bottlenecks in the east-west corridors. 4.6.4 Conduct traffic simulation on capacity improvements to the east-west corridors. The simulation will consider the projected 2030 design hour volume traffic projections assuming implementation of capacity improvements on the east-west corridors, and will be utilized to evaluate intersection level of service and travel times. 4.6.5 Evaluate project sequencing by testing interim year conditions for 2015, 2020 and 2025. Identify a preferred sequence for recommended projects. 4.6.6 Significant interaction between City staff and the Consultant in the form of conference calls and meetings is anticipated. 4.7 -Report 4.7.1 Document the east-west corridor analysis in a draft report. Documentation shall include a summary of study procedures, findings and recommendations. Exhibits shall be included that detail recommended roadway improvements, cost estimates, operational results, traffic simulation results and estimated U.S. 20 corridor diversion potential. Develop and produce exhibits detailing the recommended improvements for use in the report documentation and for presentation to the public. A draft report will be submitted to the City for review and comments. 4.7.2 Prepare final report addressing comments and directives provided by the City Council. Provide a sequenced Capitol Improvement Plan based on the results of the study and the directives of the City. Page 8 of 38 4.8 -Public Involvement 4.8.1 At least three public meetings with project stakeholders will be held during the study process to gather input, communicate study progress and present study findings. The first public meeting will be held prior to the data collection task. The purpose of the meeting will be to present the study approach and goals as well as gather input for use in the study process. 4.8.2 Three additional public meetings with the City Council will be included with the study. The City Council will be kept informed of study progress and findings for the duration of the project. The first meeting with the City Council will be held prior to the data collection task to confirm the project scope and hear any directives of the City Council that may affect the results of the study. Key members of the project team are expected to be present at all public involvement meetings. All deliverables should be submitted in hardcopy and electronic formats compatible with the City's computer software and hardware. 4.8 -Schedule It is the intent of the City that the project shall be completed within one hundred and eighty days (180) 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, ECIA, DMATS, or City of Asbury 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 included in Appendix E and also available in SID file format on DVD if requested by the Consultant. • CADD line work drawings of City Roads (PDF and AutoCAD Format) are available on DVD if requested by the Consultant. 5.3 -City Resources Available to the Selected Consultant • The City will make its ArcView GIS mapping and data analysis capabilities available for this project as well as staff contact/resources persons in the Planning Services Department and the Engineering Department. Digital aerial photos of the City of Dubuque were taken in the spring of 2007. • Traffic counts and peak hour traffic volumes (AM and PM) for the University Avenue/Asbury Road intersection. Page 9 of 38 5.4 -Outside Resources Available to the Consultant • East Central Intergovernmental Association 3999 Pennsylvania Avenue Dubuque, IA 52002 Phone 563.556.4166 Fax 563.556.0348 Asbury City Engineer (If participating in study) MSA Professional Services, Inc. Patrick R. Ready, Jr., P.E., Consulting City Engineer 1605 Associates Drive, Suite 102 Dubuque, IA 52002 Phone 563.582.3973 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. To simplify the review process and to obtain the maximum degree of comparability, the proposal shall include the following information and shall be organized in the order and manner specified below. While additional data may be presented, the following subjects must be included. They represent the criteria against which the proposal will be evaluated. Letter of Transmittal Provide a letter of transmittal briefly outlining the Consultant's understanding of the work and list the Project Manager's the name, address, telephone number, fax number and a-mail address. The name that is provided for the Project Manager will be used as the primary contact person during the 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. Page 10 of 38 Scope of Services Describe the means or strategy by which the Consultant would satisfy the scope of services for the currently approved budget as listed in Section 4.0. Provide a second alternative or hybrid strategy with a modified scope of services and expanded budget that would improve the results of this project. Include a basic work plan for each strategy that delineates the Consultant's approach to the completion of the project. The work plan, at a minimum, should include those components outlined in Section 4 of this RFP. The Consultant should indicate in the work plan those aspects that might be completed by City staff. Highlight any parts of the work plan that will reflect the Consultant's unique philosophy or insight regarding it's approach to this project and how this approach positively impacts the successful completion of the project. Project Team Qualifications Provide the names of all members of the project team associated with this project. Specifically identify the supervisory and management staff including principals, the project manager, and technical experts who would be assigned to this project. For each project team member, provide their qualifications and experience. Include any training and relevant continuing and professional education. Include a flow chart that shows the communication path between the City and Consultant. Include all project team members on the flow chart and show the supervisory relationship between all members of the team. Be sure to include all subconsultants staff on the project team flow chart. Provide the name and location of other subconsulting firms that would be used by the Consultant during the project and the approximate percentage of the work that would be performed by each of these firms. Provide the qualifications and experience of all subconsultant staff working on the project. In submitting the Proposal, the prospective Consultant is representing that each person listed or referenced in the proposal shall be available to perform the services as described. The Project Manager, principals, management, and other project team staff may be changed in accordance with the requirements described in Appendix D "3. Substitution of Project Team Members". Describe the experience and success of the project team members proposed for the Dubuque project, in pertorming similar projects. Specifically list any experience and success completing corridor studies 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. Page 11 of 38 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. 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 December 27, 2007. 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, City of Asbury, ECIA, DMAT's staff or any of the Selection Committee members except as expressly authorized by the City Project Page 12 of 38 Manager identified in this section(Section 7.0). Violation of this restriction will be considered a violation of the rules and be grounds for disqualification of the Consultant's proposal. Project Manager contact information is as follows: Steve Sampson Brown Project Manager City of Dubuque Engineering Department 50 West 13th Street Dubuque, IA 52001 8.0 SUBMISSION REQUIREMENTS Phone: 563.589.4270 Fax: 563.589.4205 E-mail: sbrown@cityofdubuque.org Before submitting a proposal, each Consultant shall make all investigations and examinations necessary to ascertain site conditions and requirements affecting the full performance of the contract and to verify any representations made by the City upon which the Proposer will rely. PROPOSAL SUBMITTAL INFORMATION ^ Submittal Deadline: January 4, 2008 on or before 2:00 p.m. CST ^ Submittal Location: City of Dubuque Engineering Department 50 West 13th Street Dubuque, Iowa 52001-4864 ^ Submittal Contact & Mailing Address: City Engineer City of Dubuque Engineering 50 West 13th Street Dubuque, Iowa 52001-4864 ^ Submittal Copies: Twelve (12) sets of the proposal shall be provided. Submit one (1) original signed proposal, eleven (11) copies and also an electronic .pdf version, all labeled East-West Corridor Connectivity Study. Submitted proposals must be in delivered in printed format with the exclusion of the one required .pdf version. The .pdf version shall be submitted on a compact disk along with proposal hardcopies. No faxed or a-mail proposals will be accepted. The proposal must be a document of not more than twenty (20) numbered 8-1/2 x 11-inch pages, with the exception of the project schedule which may be presented in 11 x 17-inch format, and not including the letter of transmittal, index, dividers and the front and back covers and the separately sealed cost proposals. Proposals should not include any pre-printed or promotional materials. Any proposals exceeding 20 numbered pages will not be considered. Page 13 of 38 Each addendum must be acknowledged in the Letter of Transmittal by providing the addendum number and title. Failure to acknowledge each addendum will be considered grounds for possible disqualification. It is solely the Consultant's responsibility to ensure that you have received all addendums to this RFP before submitting the proposal. The original proposal document shall be signed in blue ink by an officer of the Firm who is authorized to legally bind the Proposer to its provisions. Proposals are to contain a statement indicating the period during which the proposal will remain valid. A period of not less than ninety (90) calendar days from the proposal closing date is required. Failure to comply with the above requirements shall be considered grounds for possible disqualification. Each Consultant assumes full responsibility for delivery and deposit of the completed proposal package on or before the deadline. Any proposals received after the submittal deadline will not be considered, and will be returned unopened to the Proposer. The City of Dubuque is not responsible for any loss or delay with respect to delivery of the proposals. The City of Dubuque is not liable for any costs incurred by any Consultant prior to the execution of an agreement or contract. Nor shall the City of Dubuque be liable for any costs incurred by Firms that are not specified in any contract. All results from this project will remain the property of the City of Dubuque. Upon receiving this RFP, we request that you complete the "Receipt of Proposal Acknowledgement" - "No Response Reply" information contained on the first page of this document and return it to the City's Project Manager by mail, fax or email so the City can ensure that each Consultant received this Request For Proposal. The City of Dubuque appreciates your time and consideration of this RFP. Sincerely, ~.-~ Steve Sampson Brown Project Manager City of Dubuque Page 14 of 38 East -West Corridor Connectivity Study City of Dubuque, Iowa THE CITY OF DUB E Masterpiece on the Mississippi Consultant Professional Services Request for Proposal December 5, 2007 Appendix A Consultant Evaluation and Selection Process Page 15 of 38 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. A high level of professional competence and a proven track record in the preparation of traffic studies and transportation corridor studies 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. 2. Quality and completeness of the written proposal. The proposal should clearly demonstrate understanding of the City's overall objectives in the preparation of the East-West Corridor Connectivity Study Report for the City of Dubuque. 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 Consultant to demonstrate initiative, motivation and knowledge of the City of Dubuque. 4. 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. A high level of professional competence and a proven track record in the preparation of transportation corridor study reports and traffic studies 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 working on municipal projects in Iowa. f. Experience of the project team working with the public and other project stakeholders in preparing transportation corridor study reports and major traffic studies. g. Overall success of past projects completed for the City of Dubuque Page 16 of 38 2. Quality and completeness of the written proposal. The proposal should clearly demonstrate understanding of the City's overall objectives in the completion of the East-West Corridor Connectivity Study for the City of Dubuque. 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 Consultant team to demonstrate initiative, motivation and 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/or 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 East-West Corridor Connectivity Study for the City of Dubuque in relationship to the services offered. SELECTED CONSULTANT -FEE NEGOTIATION PROCESS Upon the successful completion of the Consultant interviews, the RFP Selection Committee will recommend to the City Manager or City Council, the awarding of a contract to the highest ranked Consultant. The Selection Committee will also request authority to negotiate with the recommended Consultant a final scope of work and fee structure for the project. After authority is granted to negotiate an agreement and execute a contract with a Consultant, the Consultant shall prepare an industry standard Work Breakdown Structure (WBS) to reflect the Firm's approach to the completion of the project. The WBS, at a minimum, should include work tasks for each of the components outlined in the RFP, a separate line item for each deliverable, and list project management as a separate task. No individual task on the WBS shall have a total value exceeding $10,000. The Consultant shall indicate in the WBS the work tasks that will be completed by City staff. The format of the WBS shall summarize the fixed fee for each task listed, plus individually list in separate section any associated reimbursable expenses that would specifically relate to this project. A sample format of a WBS can be obtained from the City if desired. Once the selected Consultant has prepared the WBS, the City and the Consultant will meet and the final scope of work for the project will be negotiated by joint revision to the WBS in order to best meet the goals of the project while considering available funding. During the negotiation process, tasks to be completed by City staff, work reassignment to different project team members, and the addition or elimination of tasks may be modified on the WBS in order to achieve the best overall results for project. Page 17 of 38 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 Vatue of the percent work completed as reported on the most recently updated and submitted WBS. Page 18 of 38 East -West Corridor Connectivity Study City of Dubuque, Iowa THE CITY OF DuB E Masterpiece on the Mississippi Consultant Professional Services Request for Proposal December 5, 2007 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 20 of 38 East -West Corridor Connectivity Study City of Dubuque, Iowa THE CTTY OF DuB E Masterpiece on the Mississippi Consultant Professional Services Request for Proposal December 5, 2007 Appendix C City of Dubuque Contract Terms and Conditions Page 21 of 38 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 8~ 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 22 of 38 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 23 of 38 East -West Corridor Connectivity Study City of Dubuque, Iowa THE CTTY OF DUB E Masterpiece on the Mississippi Consultant Professional Services Request for Proposal December 5, 2007 Appendix D Insurance Requirements Page 24 of 38 INSURANCE SCHEDULE C INSURANCE REQUIREMENTS FOR PROFESSIONAL SERVICES TO THE CITY OF DUBUQUE 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 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, except for 10 day notice for non- payment, if cancellation is prior to the expiration date. This endorsement supersedes the standard cancellation statement on the Certificate of Insurance. 3. shall furnish a signed 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) Commercial General Liability policy is primary and non-contributing. b) Commercial General Liability additional insured endorsement. c) Governmental Immunities Endorsement. shall also be required to provide Certificates of Insurance of all subcontractors and all sub-sub contractors who perform work or services pursuant to the provisions of this contract. Said certificates shall meet the same insurance requirements as required of 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 Page 25 of 38 INSURANCE SCHEDULE C (Continued) INSURANCE REQUIREMENTS FOR PROFESSIONAL SERVICES TO THE CITY OF DUBUQUE This coverage shall be written on an occurrence form, not claims made form. All deviations or exclusions from the standard ISO commercial general liability form CG 0001 or Business owners BP 0002 shall be clearly identified. Form CG 25 04 03 97 `Designated Location (s) General Aggregate Limit' shall be included. Governmental Immunity endorsement identical or equivalent to form attached. Additional Insured Requirement: 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 shall be named as an additional insured on General Liability including "ongoing operations" coverage equivalent to ISO CG 20 10 07 04. b) Automobile $1,000,000 combined single limit. c) WORKERS COMPENSATION & EMPLOYERS LIABILITY Statutory for Coverage A Employers Liability: Each Accident $ 100,000 Each Employee Disease $ 100,000 Policy Limit Disease $ 500,000 d) PROFESSIONAL LIABILITY $1,000,000 e) UMBRELLA/EXCESS LIABILITY NONE Completion Checklist ^ Certificate of Liability Insurance (2 pages) ^ Designated Location(s) General Aggregate Limit CG 25 04 03 97 ^ Additional Insured CG 20 10 07 04 ^ Governmental Immunities Endorsement Page 26 of 38 uwtEq~awt~xYYr} ~~~ CERTIF~CA'~~ C3F' LIABI~IT1f ~11131J~' AtVCrE p2/Zlt/2pOs ~+~ C51~3) S i-azTZ FaX (563) 556-4425 rFna ceRTr~-T~ is tssu~a AS ~ MATTER OF tt~MaORNA'ilQM I~LStR1ANCE AGEIWCY ONLY AND COMl~t~i NO UPbM THE CERTIFICATE STREET IY>r1RE55 HOdAER THI$ C~t17FICA1'E DOES ~T AMQr1E'I, EXTEND OR ALTER THE CAVERJIQE AFFORDED BY TFIE POLCCI C'ZT3`. STATE ~ ZIP CODE is~lly Stttidlet At1dr"es3 City. S#a#~a Zip Csnde IN5l1RER$ AFF!ORDIN(3 COVEftA[iE ~~ ~__ 1'HE PDLIC~S CiF UI2~I;IRANCE LkSTEQ 81:1.(3UY HAVE BEE AHY REQLJEtElIr1ENT, TER3A OR CONdTIDM dF AMY COhI YAY R~!'lt'AM, TNT IHSl1R/4MCE AFFORDED BY THE PQIJ PC1tiCiEB. AOtiRfQATE ILWIFTS SHOYVN MAY HAVE 6EL~N WSIi1~Rti IaSYI`BAOQ --•-•---._. ~~~y _. _ M19URER 8 118UREA G 4~t5UliEfi Q oMSUE~R C W9UI~D NA1~,tf AE4aV1: FOR THE POLICY PERIpGlNOfCXTED HC7TYVITHSTANtNIW DOCIJA~+tT WITIi RE>I;PEGT Tti iMHICH TFi1S Cf fiTlFICATl= fJIAY BE f* 7E [l DFf HEli~N k4 SUB IECT TO Alt T1#E TERILSS. ~ttAUSiO~NS ANEf CONtlIT10NS Of SUCH 77PE. QF 9VlI~YAF."fi POLICY NUM~YI ~~ ~R 111K r.iIPIpA LIMFl9 ilEtletAi. ilAllA_lir E~acw pcwal:rNCa~ _ 5 1 ppp x GC»Giot GE1MiitA1, WH!-/lY _ DAAAA~iE 70 RENTED ~_.--- 50~ ~O F~XP (airy tafx~ ~iatsrii S .t A X FF~SOIIAt d At1Y ~klUpY 6 ~ aaa IiEI~I€R,r1. A.+kii~.ii4TE 9 ~ ~Q~ (a'~Nt A,(;C.:kEGAiE ld+Ili APPt1E$PER' DirCTS OdMO•R]I+.tdSt; S 1 •~ wTO~o~ u~LITY ~~~t/f v/~/E~C * /~l~U 3~C ~ ~. ~co~Ieg~cl slll~ Saar lea ~~; ~ , 1 Dap _._ _____.~.~._._._: 4_' AIA DYVN[L? AL3TOS ~ A ~ / ~"' Lii 90[YLY R'IRIR*' rr A X scrlEauL~anurara rcerla,~ ,.~ nr w+It~n w.I~as Y iM 14tgY @O[k HON-r3f,N/EQ AUT89 ~Q (~ ~ ('~s ~~ ~ i ~ . ~ rear aa~aarnr ~ - PFbfJlrEf T i Y ewaa~ ; !ate ar~~w> OARAi9E LIA6M.IT'( AUTD ONLY • EJl AgGICfEItT ! QTHER TRAM _ Mfi"DOlOtY aCG t El9?At11B11@L~tJ4 tiR~NJl7 - .... , r.AC~+o~:cusa~x:E L Lapp. rr ~ !f caoGtrl~ cuuLra rr~ ..~ t___1 .. fl., _. _ _ A©KiRREt~aATE ___ _. ___ . i 1 Opp ,s.~ flE€auCl~Le .._A..Mmm..._.„~ b X i~TENTiC}H i __._~ _._ _ . . E WOIYt[RSE:OMPEN>jAT10NAI~ QaN O1'iRIB' LIA~ItlTY ~ ATLF QTw. /~ . AWYPR~ppp~fit?RA'ARTFF~R+E~tEGtfTVUE E L Ea4t~ti ACGsOENF L lpp. p OFF:CEiV141F111OIR EJU+LUe~"= Ce.L G~iF~hliE Ell F:Nf+LdxF ..__ b j( ~ (~ ~ ~ 9Pl CII1L P~A~IONB piWw 6 L Ci~l=A6E. • r'OL~CY t+IA11 u y 6 ,St(Ae IQNAL tL3aILITY ~ 31,ppp~0p1? k ~"'" ~"" _ ~ ~e~e~- H ~ OF DIJ r w~+~noros r v~acu IS AN ADD] ~ a aet ~y per! ~[~SRI~ON ~ "" ` ~`. IY~PaLICIES INCL. DNGb21~ Ar CI]MIPi ETF1f PERATIOMS Ca1CERAlCE EQLfI1rILAMr Tn Iso cc 2alo a744 i ac 2a3~ OTTR}4. GENERAI, LIABILITY ADEICY TS PRIMARY t~tM~t-t70~tTRIatiTING. FORM l"!G ZSb4 039T "bESICAIATEa I.OCATI0N5" GE]YERAL t.IAEILITY AGGREGATE LIMT'T SFMIL BE NCI.IIDED. (~OMERNINEHiTAL ZNl~iNITIES EIVOORSfMENT I5 ]:tiClt~ED, ALL POLICIES 13F INSUItANC€ SHALL BE D PROVIDE TMIRTY (lU) 0AY ADYAIMCE MOTS ONF CAflICELLATIQN TD THE CITY EH: DllBIIQUE. CITY OF DIJI3EIQUE CITY HALL Sp~a®~~W.~~.y,13TH STREET .~^~i~+E. IA ~ ~c~DRD sa rzoo,~ r~~r of TILE A~B4reE ~otx~.~ ~ ewceL~L~o alroll~ t1I~ ~IPIi1A1'IOMf OA'1!t t~lErMBUF; T11E 1!#iJN14 FRBIIR'9t tMLL ~ ilAlL ~a MY'b WRft7'L~N MOf'IC! TO 111E ATE FIOI.Oet hlAilfrl'I TO iIHi LEFT. IiXXXIrXIt 111I7rIQ1IIRR~ RE-1!dllR'/l!1!A!1 ,~uNE zags Page 27 of 38 iMP~RTANT tf the CCf1NiC~bC 1f0~idCr i!! er`+ AUOtTIONAI. INSl1RE0, the f~cN4~) must 6e endorsed. A statement on this csrtifxste does not confer rights 60 ~ tx~rtiliCate hour in lieu ct such errdorserrrenl~e~, iF SUBRflGATtON tS WAIVED. $~jecx to the farms and rond'itiarrs of the Roficir. certain pdiges may require an endorsement A statement on this oerNficaerte does Wait confer rights ~ Utie certifireM kidder in lieu afi such endor$emere+(s). DiS~i_Aii-i#ER Tire Gertltir~te ad Irrsuranoe on the reverse siae of thia tornr dam not canstitvee a cardrad between the t~uittg irrsw~er~(s~, eerttrorized representstare or prNpduaer. end tt-e cerdMicate #wtder. War does !t eRinnaiive~- a nepa~+eely . rrxterrd or after the oav+erage atierded by the pdic~ Nabed hereon. SPECIMEN JUNE 2QD5 Page 28 of 38 FtC~t_ityY NUMBEi~: CaMMF.f~CWL i~iETIERAL t.tAB1LITY CG ?..S l'i4 03 9T THIS ENDC3F~SENtEMT GRANGES THE PC)L1CY, PLEASE READ tT CAREFULIX. DESIGNATED L~]~A~"!ON{S~ GENERAL AGGREGATE La~1T Tl'rIs endcusemerrt medif',es assurance pravided under the folioyr~g: C©MAAERCtAL GENERAL !.lABtL1TY CQVEi2AGE PART SQHEGULE ANY ANL) ALL CUVERE37 LC~CA'~S+C?iv5 (lf no entry appears at~ove, irr#rxmation required to c:ompiete will be shown ~a tl~~r Ct~c~2aratinne aS spprcabie to this endarsemerrt.) A For 8N sums +nrhich the ir~ured becomes legaity abfigated io pay as damage . caused by •o«xarrencaes" urger GORGE ~1 (SECTit~N ~}, and for al[ medgcai qee reused !yy ecci- d under CGVEI~At3E C {SECT!©N ~, which can be attributed only to r~perartivna at a sinpie d$signataad 'location' si7~nvvn in the Sctreduie ava~ra: i. A upstate Designated Locea#ion General ~~ a aL~ ttro~ lirraft is equal two !1'te srrrtou:rt of the General Ap~re9aM Llrnit 3hawrt in the C}eclaratlorsa. 2. The t7esi~te~ Loaatian General Aypn~gatt Limit is the mosi we wit pray far the sum of ail damages undeY~ COVERAGE A, except dam- ages because ~ 'bad3ly in)ury+' or -property demsyc" indudead in the '~luCts;cotnpiCtet! ape:ra#ions hazsrd', and for medical taxpensexs under COVERAGE C nagardless of thee. num- ber t~1: a. 'Insureds CG 2s 04 03 9i' t:,opyri~ht, insurance Sen~icees Oflrive, inc.. 19~ b, C.iaims made or'S' braul~Ai» Ct ~. PQtsorlS or arflanizetiort+s maikinp aiairrps or ~ suits'. 9. Any paymer~ made urtciar COVERAGE /1- for d~agex ar undeu COVERAGE C t~ medical expet~res shsM reduoe tha i7~a~aig- nat+ed Locsllon Gcaerai A~QMe l.it~t for th8t designated 'Ioc~tlon'. i3trc~r peymnnts shall not reduce the Ge:narai A~tapa~tre Lim1t shov~m iA the Dedaratiorfs r-or ~#i their rs- duce any other De~siQrud+acl l.oa:~ton General Ay~reye~e l.bnlt for arty athar dea~pnated 'location' ShovMn m the 8dt~iule above. 4. The Cunha ahawn in the Dedaretiorrs far Each Occcrrrencx. Fire t?amege srr>d Mevdic~i E~ peanse continues to applgr. Hone~rvsr, instead ai b+slr~ sabjec! to the General Agpr+~pefe Lhrr~ sfiown in the Oertaratlons, su~,ifmlts wW be sut~ed to the applicable De~nated Locaiton Ge3nerai Aggregene limait. SPECIMEN Page 29 of 38 JUNE 2405 i _ . r,. ~,.~. Pvuc~ NlJi4113El~ GONMERCIAL GEbfEFtAt. LIABiLtTY c~ ~ ~a or to THIS EwDt)RSE1lIENT CHANGES THE PaLICY. PLEASE READ IT CAREFULLY. ADDIi'It~NAL INSURED - OWNERS, LESSEES C)R C~N1'RA~`TORS - SGNEDULED PERSt~N t~R t3R~AlV f~A71t7-N Thix endorsement modit;es inscsanov provided under the fottowirigY CC)MMERCIAL GENERAL UAH~.ITY GC]YERAG~ FART SCHEDULE Narfae Of A~iitkanei inswed Perevn(a} Or O ration s : E.ccatlo s Oi Covered atfons The Cfty of Dubuque, including ail its elected and appointed officials, all its employees and volunteers, a]1 its boards, commissions andjor autharities and their board members. empioyeees and volunteers- 4r~forma&rn r fired to caotrt this Satredule if rtotshrawr't shave wit be st~awn in ttre [)eci~rratt~. A. S~tian tt - ilrho b Atiii isasured is amended to inctude as an additional inaurod then parson{s) ar rar~antzalk~a} shown M the Sc~aalub. but only with ros~ect to Elab~r fiQr "bodily injury', "property da~nsege o< "petsorral artd advertisin® caused, Ih whole Dr in part, bll= 1. Your acts or orniasbns; or 2. The acts a omissions of those an your betratt; in tfie performance of your ongo~g operations tof the adctitior~al insureds) at the iocatlon{9) de~- narted abavs, B, 1r~litll respect to d7o Hswpnce affcxded to ttaese addhionat insundrt~ the fuYawing additlorlaii eocdu- aiarrs apply: ~PE~I~VIEN cr; ~a is Q~ to 7T~is krsurance does nQt apply !ta `bodily jury' or "prrop~ertir darraags+" occurring ~rFb~r, 1. AU work, ficludktg materinis, part of equip- ment fturrished in connection > such w~t~ exr the iX~ I;other th+lrtt servlee~ matrnenancx . or repairs] bo tae performed try a orr behalf of th+e ad~tional ins~d(s) at tha iociitiota of the Covered opetatiarss hr*s l7~e11 G4nlplelged; Or Z `Thin Portion of "vote work" out of which the injury ac damage srites firs been put W its in- tended uss~ ray ariY Peru or arrgg~~aization other than ancrthe~ ~ ~ subcaorttnratar en- gaged in perkarming nperaeans for s priruipai as a part of ttae same project. ~J ISO Properties, lnc.. 2004 Page 30 of 38 JUNE 2Q05 Pape 1 ni< 1 Q CITY OF DUBUQUE, IOWA GOVERNMENTAL IMMUNITIES ENDORSEMENT Nonwaiver of Governmental Immunitv. 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 Immunitv. 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. SPECIMEN Page 31 of 38 JUNE 2005 East -West Corridor Connectivity Study City of Dubuque, Iowa THE CTTY OF DUB E Masterpiece on the Mississippi Consultant Professional Services Request for Proposal December 5, 2007 Appendix E Project Related Data Page 32 of 38 East -West Corridor Connectivity Study City of Dubuque, Iowa THE CITY OF DUB E Masterpiece on the Mississippi Consultant Professional Services Request for Proposal December 5, 2007 Appendix F City of Asbury -Expanded Scope of Services Page 33 of 38 1.0 INTRODUCTION The City of Asbury, Iowa may partner with the City of Dubuque to expand the scope of services for the East-West Corridor Connectivity Study to include areas within the City of Asbury. The scope of services associated with the City of Asbury's additional work is presented herein. It is anticipated that the timeframe for the project will be concurrent with the City of Dubuque's East-West Connectivity Study. The selected Consultant will negotiate and execute a separate contract with the City of Asbury and be expected to complete the contracted scope of work within the specified timeframe. 2.0 PROJECT OBJECTIVES Asbury Road is the primary east-west route in the City of Asbury and future traffic projections indicate Asbury Road in the current two-lane configuration will not provide sufficient capacity for east-west travel in the city. Capacity along Asbury Road will need to be improved to provide connectivity from the City of Dubuque to the rapidly growing City of Asbury and to Dubuque County to the west. The City of Asbury is partnering with the City of Dubuque in seeking a qualified Consultant to study east-west traffic flow in the City and identify corridor improvements or modifications needed to support growing traffic demands. 3.0 COMMUNITY BACKGROUND The City of Asbury is located in Dubuque County immediately west of, and adjacent to, the City of Dubuque. The City of Asbury is approximately 2.5 square miles in area, with a population of approximately 3,300 people. The City's web site is www.cityofasbury.com. The community is predominantly residential with existing commercial development located along Asbury Road and Saratoga Road. Copies of the City of Asbury's 2006 Comprehensive Plan will be made available to the successful Consultant. 4.0 PROJECT SCOPE OF SERVICES The following outline represents the minimum components for conducting this planning level transportation study. The Consultant should describe the means or strategy by which they would satisfy the scope of services, and/or an alternative or hybrid strategy recommended by the Consultant that details the processes and outcomes the Page 34 of 38 Consultant would suggest to make the project better. The final scope of work will be negotiated with the selected Consultant. 4.1 -Data Collection 4.1.1 Conduct a site visit to obtain ground level site photos as needed to document existing conditions, access issues, existing traffic control, and potential constraints along Asbury Road from the City of Asbury's eastern corporate limits (adjacent to City of Dubuque) to the western corporate limits near the intersection of Asbury Road and Lore Mound Road. 4.1.2 Obtain the latest available peak hour turning movement counts and traffic signal timing information (if applicable) from the City, DMATS or State for the primary intersections along Asbury Road within the City of Asbury. Balance the peak hour traffic volumes between intersections and develop turning movement figures summarizing volume data (Note: the peak hour traffic counts should be in one hour Increments rather that one 15 min interval extrapolated to an hour). 4.1.3 Measure existing travel times between the primary intersections along Asbury Road within the City of Asbury during the AM and PM weekday peak hours. Observe and record traffic conflicts, queue lengths and congestion while gathering travel time data. 4.2 -Existing Conditions Analysis 4.2.1 Perform peak hour level of service analysis for study corridor intersections to establish existing operational conditions. 4.2.2 Perform daily volume segment analysis to assess planning level capacity for study corridor. Study corridor will need to be segmented based upon cross- section, design speed, traffic control, on-street parking, etc. 4.3 -Travel Demand Modeling (Direct coordination with the East Central Intergovernmental Association will be required with tasks involving the use of the travel demand model.) 4.3.1 ECIA Staff will develop scenarios with the TransCAD travel demand model for the study corridor with the input from Consultant team. First scenario (Asbury Road Corridor No-Build) will assume no capacity improvements to the Asbury Road Corridor. The second scenario (Implementation of Asbury Road Corridor Capacity Improvements) will consider implementation of proposed capacity improvements to the corridors. For each scenario, year 2030 design hour turning movement traffic projections for the primary intersections in Asbury Road Corridor will be determined. (Note: ECIA staff will be providing scenarios of different combinations of proposed improvements to the corridors upon request from the Consultant). Page 35 of 38 4.3.2 ECIA staff will be providing interim year projections for 2010, 2015, 2020, and 2025 to the Consultant. These projections will be utilized by the Consultant to determine interim year needs and for the Consultant to identify future project timing and sequencing. 4.4 -Concept Study 4.4.1 Identify potential capacity improvements to address projected bottlenecks along the existing Asbury Road (considering the 2030 traffic projections) within the City of Asbury. Potential conceptual capacity improvements of existing fully developed corridor may include elimination or addition of traffic signals, turn lane additions at key intersections, limited roadway widening, elimination of all-way stop-controlled intersections, and elimination of parking and conversion from two lanes to three lanes with atwo-way-left-turn-lane. Potential planning level conceptual capacity improvements of the Asbury Road corridor may include geometric and typical section changes to improve design speed and capacity. 4.4.2 Provide conceptual planning level construction cost estimate that includes utility relocation and estimated right-of-way acquisition costs for all of the potential improvements identified in the previous task. A cost of inflation factor must be applied to all improvements scheduled for future years. 4.4.3 Conduct traffic simulation for primary intersections along Asbury Road within the City of Asbury considering the existing lane configurations and traffic control. The traffic simulation will be utilized to evaluate the intersection level of service and travel times considering the No Build 2030 traffic projections, and assist in identifying bottlenecks. 4.4.4 Conduct traffic simulation on capacity improvements to Asbury Road within the City of Asbury. The simulation will consider the projected 2030 design hour volume traffic projections assuming implementation of the capacity improvements on the Asbury Road corridor, and will be utilized to evaluate intersection level of service and travel times. 4.4.5 Evaluate project sequencing by testing interim year conditions for 2015, 2020 and 2025. Identify a preferred sequence for recommended projects. 4.5 -Report 4.5.1 Document the analysis in a draft report. Documentation will include a summary of study procedures, findings and recommendations. Exhibits shall be included that detail recommended roadway improvements, cost estimates, operational results, and traffic simulation results. Develop and produce exhibits detailing the Page 36 of 38 recommended improvements for use in the report documentation and for presentation to the public. A draft report will be submitted to the city for review and comments. 4.5.2 Prepare final report addressing comments and directives provided by the City. 4.6 -Public Involvement 4.6.1 One (1) public meeting to include the City Council will be held during the study process to gather input, communicate study progress and present study findings. The public meeting will be held prior to the data collection task. The purpose of the meeting will be to present the study approach and goals as well as gather input for use in the study process. 4.6.2 One (1) additional meeting with City Council will be included with the study. City Council will be kept informed of study progress and findings. This meeting shall be to present the draft findings and recommendations of the study. 5.0 CITY RESOURCES 5.1 -Use of City Resources for the Request for Proposal Preparation • All information requests shall be directed to the City of Dubuque'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, ECIA, DMATS, or City of Asbury staff shall be considered inappropriate and be grounds for disqualification. 5.2 -Material Available for the Request for Proposal • None. 5.3 -City Resources Available to the Selected Consultant • The City will make its ArcView GIS maps available for this project. 5.4 -Outside Resources Available to the Consultant • East Central Intergovernmental Association (ECIA) 3999 Pennsylvania Avenue Dubuque, IA 52002 Phone 563.556.4166 Fax 563.556.0348 Page 37 of 38 MSA Professional Services, Inc. Attn: Patrick R. Ready, Jr., P.E., Consulting City Engineer 1605 Associates Drive, Suite 102 Dubuque, IA 52002 Phone 563.582.3973 Fax 563.582.4020 6.0 INFORMATION TO BE INCLUDED IN PROPOSAL A separate Proposal should be submitted to address all of the points outlined in this City of Asbury -Expanded Scope of Services Appendix. The rules for the preparation and evaluation of proposals for this expanded scope section shall be the same as those listed in this RFP for use on the Dubuque project. The Selection Committee intends to receive separate proposals and project budgets for the City of Dubuque and City of Asbury scope of services. The proposals for both Cities will be evaluated by the Selection Committees at the same time. The City of Asbury shall make a final determination to participate in the project after reviewing the submitted project budgets. Whether one or both cities participate in the study, the proposal evaluations and Consultant selection shall be conducted as a single process by the Selection Committee. If two cities are participating in the project, only one Consultant firm shall be selected and awarded both contracts. Fees and Compensation Provide a separate, proposed fixed cost, plus reimbursable expenses budget for City of Asbury -Expanded 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. Page 38 of 38