Loading...
HomeMy WebLinkAboutRFP - Consultant - FINAL.pdfCITY OF AUBURN REQUEST FOR PROPOSALS (RFP) Project CP1416 – F St SE Non-Motorized Improvements (Downtown to Les Gove) Proposals Due: March 24, 2015 The City of Auburn is soliciting Proposals from qualified consulting teams to provide professional services for the design, survey, geotechnical evaluation, permitting and environmental approvals, right-of-way acquisition, community outreach, and potentially construction assistance for the F St SE Non-Motorized Improvements (Downtown to Les Gove), Project No. CP1416. Six (6) copies of the Proposal Package must be submitted on or before 4:00 pm, Tuesday, March 24, 2015. 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: “ATTN: Seth Wickstrom, Proposal for CP1416 – F St SE Non-Motorized Improvements ” in the lower left corner. Questions regarding this solicitation should be directed to Seth Wickstrom, Project Engineer, by email only at swickstrom@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 The purpose of the project is to complete the pedestrian and bicycle connections between Auburn's downtown core and the Les Gove Community Campus by constructing the following improvements: F St SE between 4th St SE and Auburn Way S Improvements  Pavement widening to accommodate two bike lanes, two vehicular lanes and a center vehicular turn lane.  Installing new curb and gutters on both side of the street.  Replacing and installing new sidewalk and curb ramps on both sides of street including acquiring right-of-way needed to accommodate these improvements.  Modifying and installing new storm drainage infrastructure to accommodate the pavement widening and new curbs/gutters.  Evaluating the possibility of closing the 9th St SE access at F St SE by installing a new cul-de-sac at the west end of 9th St SE.  Installing new LED street lighting.  Installing safety improvements at the bridge underpass.  Installing traffic signal interconnect.  Undergrounding private overheard utilities.  Installing streetscape improvements.  Replacing the deteriorated waterlines between 4th St SE and 5th St SE and between the alley just north of 9th St SE and Auburn Way S.  Replacing the deteriorated sewer line between 4th St SE and 5th St SE. “Bicycle Boulevard” Improvement between City Hall and Les Gove Facilities  Installing bicycle markings, bicycle signage, and way finding signage between City Hall and Les Gove facilities. City Bike Share Program  Creating a City bike share program for City Staff to travel between the various city facilities within the Downtown area including the Maintenance and Operation's facility, City Hall, Police Department, and Les Gove Park campus. SCOPE OF WORK The F St SE Non-motorized Improvements project is federally funded and the prospective consultant will be held to Federal Equal Employment Opportunity (EEO) requirements. The Consultant Services Agreement for this project will include project management, surveying, geotechnical evaluation, preparation of contact plans, specifications, and estimates at the 30%, 60%, 90%, 99% and final review levels, environmental approvals and permitting, right-of-way acquisition documents and negotiations per the Local Agency Guidelines (LAG) manual, preparation of stormwater reports per the City of Auburn’s Surface Water Management Manual and WSDOT Runoff Manual, assistance with community outreach, assistance with private utility coordination, and bidding/construction assistance (the City anticipates that all construction inspection and construction surveying will be handled by the City). The design contract may also include assistance with the creation of the City bike share program as described above. Project design is anticipated to start in May 2015 and be complete by November 2015. Property acquisition is anticipated to begin in October 2015 and be complete by November 2016. Construction is anticipated to begin in January 2017 and be complete by November 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 City roadways 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 for the 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 throughout the life of the project. SELECTION PROCESS AND EVALUATION CRITERIA A committee of City personnel will evaluate and rate the proposals on the following criteria, weighted as indicated: 1. Project Team Experience with Similar Projects (25%) 2. Project Team Qualifications (20%) 3. Approach to the Project (25%) 4. Anticipated Project Schedule (20%) 5. Quality Assurance / Quality Control Plan (10%) 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 with similar projects and overall project approach. SELECTION SCHEDULE The City’s proposed schedule for Consultant selection, subject to change, is as follows: Issue Request for Proposals March 3, 2015 Deadline for Submittal of Proposals March 24, 2015 @ 4:00 pm Preliminary Selection of Firms March 30, 2015 Notify Firms Chosen for Interviews (City Option) March 30, 2015 Consultant Interviews (City Option) March 31, 2015 – April 3, 2015 Final Selection of Design Firm April 6, 2015 Execution of Consultant Agreement May 1, 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, March 3, 2015 and March 10, 2015. Dates of publication in the Seattle Times, March 3, 2015 and March 10, 2015. SCALE: 1 inch = 800 feet 0 400ft 800ft Plotted: February 23, 2015 Location: C:\Users\swickst\Desktop\CP1416\Working File\Vicinity Map.dwg F ST SE NON-MOTORIZED IMPROVEMENTS VICINITY MAP CITY OF AUBURN PROPOSED BICYCLE MARKINGS AND SIGNAGE IMPROVEMENTS PROPOSED PAVEMENT REHABILITATION, SIDEWALK, WATER LINE, SEWER LINE, AND BIKE LANE IMPROVEMENTS