Loading...
HomeMy WebLinkAboutCP1202 RFP-FINAL (2).pdf 1 REQUEST FOR PROPOSALS (RFP) AUBURN WAY SOUTH FLOODING IMPROVEMENT PROJECT – PHASE II Proposals Due: February 1, 2013 CITY OF AUBURN REQUEST FOR PROPOSALS (RFP) Project No. CP1202, AUBURN WAY SOUTH FLOODING IMPROVEMENT – PHASE II Proposals Due: February 1, 2013 The City of Auburn (“City”) is soliciting Proposals from qualified consulting teams to provide professional services for the design and construction assistance for the Auburn Way South Flooding Improvement Project – Phase II, CP1202. Six (6) copies of the Proposal Package must be submitted on or before 5:00 P.M. on February 1, 2013. Proposals can be mailed to the City of Auburn Public Works Department, 25 West Main St, Auburn, WA 98001 or hand delivered to One East Main St, Auburn WA 98001, 2nd Floor Customer Service Center. Proposals shall be sent in a sealed envelope and clearly marked: “Proposal – CP1202, Auburn Way South Flooding Improvement – Phase II” in the lower left corner. Questions regarding this solicitation should be directed to Robert Lee, Project Engineer, by email only at rlee@auburnwa.gov . For specific instructions on information to include in the Proposal, refer to the section below entitled Proposal Elements. Evaluation of the Proposals and ultimate consultant selection is identified in the section entitled Selection Process and Evaluation Criteria below. Although the use of sub consultants is recognized as being necessary for a multidiscipline large scale project, the City’s preference is for the lead consultant to have the majority of the work performed in-house. The lead consultant shall have experience with at least one storm drainage system design on a collector street with a total project cost of at least $1,500,000 within the last 5 years. PROJECT DESCRIPTION The intersection of Auburn Way South (AWS) near the State Route (SR) 18 underpass frequently floods during large and/or intense rain events. The current low-slope, gravity storm drain adjacent to the underpass provides limited capacity for upstream tributary flows. A combination of former trunk line improvements and pump station installation has provided some relief, but has not alleviated all the flooding at the depressed underpass. The downstream drainage system is also capacity-limited causing a “recirculation” of the pumped discharge, thereby limiting its effectiveness during larger rain events. The Comprehensive Stormwater Drainage Plan (2009) identified a two phase project to reduce stormwater flows to AWS at SR 18 by diverting upstream flows from the impacted area. The total 25- year flow to be routed away from AWS has been estimated at 10 cfs. This flow would be directed by gravity flow at AWS and 17th St. SE toward the existing stormwater infiltration ponds located at 17th and A Streets SE, and 21st and D Streets SE. Final modeling will be conducted by the City’s on-call modeling consultant to determine pipe size and slope. Phase 1 was completed in 2009. This phase installed a diversion manhole at AWS and 17th St. SE to route 3 cfs into a new 24-inch diameter storm drain flowing west along 17th St. SE, then south along K St. SE, with eventual discharges into the 21st infiltration pond. The amount of the diversion for this phase was limited to the available capacity in the existing K St. SE storm line. 2 Phase 2, this project, will intercept all remaining flow from the diversion manhole and route it to the west. At the intersection of K St SE and 17th St. SE, a new flow control structure will be installed to maintain the current flow to K St. SE. From this point west, approximately 3,100 LF of 24”-30” pipe will be required to replace the existing lines in 17th St. SE. The existing pipes along 17th St. SE at the intersections of J St. SE and B St. SE will be plugged, diverting all flows west and away from their current connection to the AWS drainage system. Eliminating the discharge into these two pipes will increase the flow in the 17th St. SE storm line by an additional 4.5 cfs. Inlet spacing along the project shall be considered to meet current design standards. This project also includes deepening the existing 17th and A Street SE infiltration pond to provide an additional 7 acre-feet of storage. King County Wastewater currently has plans to construct a 27” trunk sanitary sewer line along 17th Street between K Street SE and C Street SW and it is anticipated that this will be under construction in 2013. King County has submitted final plans approved by the City through the Development process. The design of the City’s project must be coordinated with the King County project to accommodate both systems in the same corridor. Additional information for this project can be found on the City’s website at http://www.auburnwa.gov/business/public_works/capital_projects_information.asp. SCOPE OF WORK The Scope of Work will include, at a minimum, the following elements: 1. General Project Management 2. Preliminary Design – Perform a geotechnical evaluation of the existing stormwater infiltration pond at 17th St SE and A St SE. 3. Detailed Design General. The Consultant will prepare plans, specifications, and cost estimates at the 30%, 60%, and 90% Design, and Final Construction Documents Levels. 4. Optional: Engineering Services During Construction may include: Bid period assistance Preparation of addendums Shop drawings and submittal review Preparation of change orders Preparation of Record drawings PROPOSAL ELEMENTS Each proposal is limited to ten (10) double-sided pages (or 20 single sided pages), (excluding cover and dividers) (minimum font size 10, Arial), and should address the following items relative to the design and construction of storm drainage facilities and other project elements: 1. The Project Team, including sub-consultants, and expertise and experience with similar projects. Include the following information: Project name Location and Project Costs A brief description of the project The firm’s role in the project Project Team member roles in the project A project reference and contact phone number 2. The identity and qualifications of the proposed Project Team members, including any sub- consultants proposed, for the design effort and their availability. 3. The Project Team’s approach to the project. 4. The Project Team’s anticipated Project Schedule. 3 5. The firm’s process/procedures for providing quality assurance/quality control through out the life of the project. As a supplement to the above, you may include two (2) bound copies of general firm/team information and Project Team member resumes. SELECTION PROCESS AND EVALUATION CRITERIA A committee of City personnel will evaluate and rate the proposals to these criteria, weighted as indicated: 1. Project Team Experience with similar projects. (25%) 2. Approach to the Project. (25%) 3. Quality Assurance / Quality Control Plan. (20%) 4. Qualifications of the proposed Project Team (20%) 5. Schedule (10%) Following the evaluation of the Proposals, the City will interview up to three (3) of the prospective consultants. Those firms selected for interview will have the opportunity to present their past experience in environmental evaluation and permitting, roadway and storm drainage design, property acquisition, and overall project approach. SELECTION SCHEDULE The City’s proposed schedule for consultant selection, subject to change, is as follows: 1. Issue Request for Proposals January, 8 2013, January 15, 2013 2. Deadline for Submittal of Proposals February 1, 2013 @ 5:00 p.m. 3. Selection of Firm February 22, 2013 4. Complete Contract Negotiations March 15, 2013 5. Execution of Agreement March 29, 2013 TERMS AND CONDITIONS The City of Auburn reserves the right to reject any and all Proposals and to waive irregularities and informalities in the submittal and evaluation process. This solicitation for Consultant Services does not obligate the City of Auburn to pay any costs incurred by respondents in the preparation and submission of a Proposal. This solicitation does not obligate the City of Auburn to accept or contract for any expressed or implied services. Furthermore, the City of Auburn reserves the right to award the contract to the next most qualified Consultant if the selected Consultant does not execute a contract within thirty (30) days after the award of the proposal. Persons with disabilities may request this information be prepared and supplied in alternative forms by calling 253-931-4013. The City of Auburn does not discriminate on the grounds of race, color, religion, national origin, sex, sexual orientation, age or handicap in consideration for a project award. Dates of publication in the Seattle Daily Journal of Commerce, January 8, 2013 and January 15, 2013. Dates of publication in the Seattle Times, January 8, 2013 and January 15, 2013.