Loading...
HomeMy WebLinkAboutCP1415 RFP - Consultant_FINAL.pdfCITY OF AUBURN REQUEST FOR PROPOSALS (RFP) Project CP1415 – West Main Street Multi-Modal Corridor and ITS Improvements Proposals Due: December 23, 2014 The City of Auburn is soliciting Proposals from qualified consulting teams to provide professional services for the design, survey, environmental and agency permitting, utility and interagency coordination, community outreach, and potentially construction assistance for the West Main Street Multi-Modal Corridor and ITS Improvements, CP1415. Six (6) copies of the Proposal Package must be submitted on or before 4:00 pm, Tuesday, December 23, 2014. They can be mailed to the City of Auburn Community Development and Public Works Department, 25 West Main St, Auburn, WA 98001 or dropped off at One East Main St, Auburn WA, 2nd Floor Customer Service Center. Proposals shall be sent in a sealed envelope and clearly marked: “Proposal – West Main Street Multi-Modal Corridor and ITS Improvements, CP1415” in the lower left corner. Questions regarding this solicitation should be directed to Kim Truong, Project Engineer, by email only at kbtruong@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 subconsultants 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. PROJECT DESCRIPTION This project will repurpose the existing West Main St. corridor and construct Intelligent Transportation System (ITS) improvements to serve Auburn’s designated Regional Growth Center. Roadway Improvements include converting the existing four-lane West Main St. roadway section to a three-lane section including a center two-way left turn lane with new bike lanes, rebuilding the existing roadway pavement, new sidewalks (low impact development design encouraged), new LED street lighting, and streetscape improvements between West Valley Highway (WVH) and the Interurban Trail. ITS Improvements include fiber-optic cable installation, and interconnecting and coordinating traffic signals along West Main St. from C St. NW to WVH and on WVH to 15th St. SW, then to C St. SW, including two interchanges with SR- 18 and one with SR-167. There are no wet utility improvements anticipated to be included in this project, except for modifications to the existing storm drainage system necessary for the roadway improvements. Coordination with King County Metro Sewer will also be needed as they have an improvement planned for 2016 construction within the project limits. This project will be funded by multiple funding sources including a federal grant. ANTICIPATED DELIVERABLES The design contract will include project management, survey, agency permitting, environmental approvals and permitting, preparation of contract plans and specifications, engineering estimates, and bidding/construction assistance. The project deliverables are anticipated to include:  A Project Schedule;  Site Reconnaissance/Survey  Contract documents, including Special Provisions, Engineer’s Cost Estimate and Contract Plans for 30%, 60%, 90% design, and final documents;  WSDOT Permit Application including Channelization Plans (if required); and  Environmental technical information/permitting (SEPA, NEPA, and General Construction Stormwater. Project design is anticipated to start in April 2015 and be complete by June 2016. Construction is anticipated to begin in June 2016 and be complete by June 2017. PROPOSAL ELEMENTS Each proposal is limited to ten (10) double-sided or twenty (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 arterial roadways, storm drainage system, intelligent transportation system, street lighting systems, and other project elements: 1. The Project Team, including sub-consultants, and expertise and experience with similar projects. Please 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 your proposed Project Team including familiarity with WSDOT/FHWA standards, environmental permitting, survey, and roadway and intelligent transportation system design efforts. Include any sub-consultants proposed. 3. The Project Team’s approach to the project. 4. The Project Team’s anticipated Project Schedule. 5. Your firm’s process/procedures for providing quality assurance/quality control through out the life of the project. SELECTION PROCESS AND EVALUATION CRITERIA A committee of City personnel will evaluate and rate the proposals, giving equal consideration to these criteria: 1. Project Team Experience for the identified Efforts 2. Project Team Qualifications 3. Approach to the Project 4. Anticipated Project Schedule 5. Quality Assurance / Quality Control Plan Following the evaluation of the Proposals, the City may select a consultant to provide the engineering services or elect to interview up to three (3) of the prospective consultants. Those firms selected for interview will have the opportunity to present their past experience in roadway, intelligent transportation system, street lighting system and storm drainage design, and overall project approach. SELECTION SCHEDULE The City’s proposed schedule for Consultant selection, subject to change, is as follows: Issue Request for Proposals December 4, 2014, December 11, 2014 Deadline for Submittal of Proposals December 23, 2014 @ 4:00 pm Preliminary Selection of Firms January 5, 2015 Notify Firms Chosen for Interviews (City Option) January 7, 2015 Consultant Interviews (City Option) January 19, 2015 Final Selection of Design Firm January 22, 2015 Execution of Consultant Agreement April 24, 2015 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 Recipient, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally- assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. 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, December 4, 2014 and December 11, 2014. Dates of publication in the Seattle Times, December 4, 2014 and December 11, 2014.