Loading...
HomeMy WebLinkAboutCP1218 Request for Proposals.pdfH:\PROJ\CP1218-AWS Corridor Safety Impv\Consultants\Consultant Selection\RFP Documents\CP1218 Request for Proposals.doc December 3, 2012 1 CITY OF AUBURN REQUEST FOR QUALIFICATIONS (RFQ) Project CP1218 – Auburn Way South Corridor Safety Improvements, Muckleshoot Plaza to Dogwood St SE Proposals Due: January 15, 2013 The City of Auburn is soliciting Proposals from qualified consulting teams to provide professional services for the design, permitting, right of way acquisition, and potentially construction assistance, at the discretion of the City, for the Auburn Way South Corridor Safety Improvements, Muckleshoot Plaza to Dogwood St SE project that includes road, signal, storm drainage, water, transit and pedestrian improvements to approximately 2/3 mile of Auburn Way South (SR-164), a state route and major arterial. Project CP1218 is a federally funded project and the prospective consultant will be held to Federal Equal Employment Opportunity (EEO) requirements. Total estimated project costs are approximately $2,333,000 with design beginning in the Winter of 2013 and construction being completed in 2015. The lead consultant shall have: 1. Obtained WSDOT approval of at least two channelization plans within the last 5 years; and 2. Have experience with at least one roadway design on an arterial street with a total project cost of at least $2,000,000 within the last 3 years; and 3. Have experience on at least two projects involving property acquisition within the last 3 years; and 4. Have obtained NEPA approval on at least two projects within the last five years. 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. Six (6) copies of the Proposal Package must be submitted on or before 4:00 pm, Tuesday, January 15, 2013, to the City of Auburn Public Works Department, 25 West Main, Auburn, WA 98001. Proposals shall be sent in a sealed enveloped and clearly marked: “Proposal – CP1218 Auburn Way South Corridor Safety Improvements, Muckleshoot Plaza to Dogwood St SE Project” in the lower left corner. Questions regarding this solicitation should be directed to Leah Dunsdon, Project Engineer, by email only at ldunsdon@auburnwa.gov. 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. Additional information for the projects is available on the City’s website, http://www.auburnwa.gov/doing_business/public_works/capital_projects.htm. PROJECT DESCRIPTION Auburn Way South (SR 164) is a regionally significant route and provides important economic and transportation benefits. As such, the City obtained federal 2012 City Safety Program grant money to provide improvements to the portion of Auburn Way South from the Muckleshoot Plaza to Dogwood St SE intersections. The purpose of the project is to improve access management, provide for u-turns, upgrade transit stops and street lighting, widen Auburn Way South to accommodate turn lanes and pedestrians and bicycles, upgrade pavement markings, install countdown pedestrian signals and audible pedestrian push buttons, and upgrade traffic signals to change the phasing and to improve the visibility of signal heads. H:\PROJ\CP1218-AWS Corridor Safety Impv\Consultants\Consultant Selection\RFP Documents\CP1218 Request for Proposals.doc December 3, 2012 2 In addition, the water utility department has plans in the future to master meter the Muckleshoot Casino site located at 2402 Auburn Way South. This project will include the connections to the existing water main, pipe, valves, and shutoffs within the project area as needed to avoid future work within the new roadway improvements to allow for the future master meter project. The consultant’s scope consists of the survey, design, construction estimates, right of way and/or easement acquisition, environmental permitting, assembling bid documents, bidding, and potentially construction assistance of the corridor improvements described below. SR 164 vicinity Mile Post (MP) 1.65 to vicinity MP 1.84 o Remove and replace portions of the c-curb island to create a longer left turn storage pocket. SR 164 vicinity MP 1.65 to MP 2.28 (Dogwood St SE) o Consolidate driveways / accesses. o Extend medians for access management. o Eliminate midblock direct left turn movements and provide for u-turns at signalized intersections. o Refresh roadway striping, RPMs, and pavement markings to accommodate widening. o Mark new bike sharrows and install new share the road signs. o Relocate utility poles adjacent to the curb. o Upgrade street lighting that does not meet current standards with standard lighting. SR 164 MP 1.84 (Muckleshoot Plaza) o Install yellow retroreflective backplate tape to existing signal head backplates. o Install new countdown pedestrian signal heads and upgrade to audible pedestrian push buttons. o Install auxiliary mainline signal heads on signal poles. SR 164 MP 1.84 (Muckleshoot Plaza) to vicinity MP 1.93 o Remove existing c-curb and replace with new c-curb with drainage gaps, RPMs, and reflectorized tubular markers. o Construct a raised landscaped island and extend C-curb for access management. o Widen the roadway to accommodate 14 foot curb lanes. o Widen sidewalks up to 10 feet within existing right of way. SR 164 MP 2.07 (Riverwalk Drive SE) o Widen Auburn Way South (SR 164) to accommodate a second eastbound left turn lane. o Widen the south leg of Riverwalk Drive SE to accommodate left turn pocket, thru lane, and right turn pocket with right turn overlap. o Replace existing traffic signal with a new signal. Includes signal head backplates with yellow retroreflective tape, flashing yellow left turn arrow operation for Riverwalk Drive SE, countdown pedestrian signal heads and audible pedestrian push buttons, and auxiliary main line and side street signal heads. o Program lead pedestrian interval during periods of peak conflicts with vehicles. o Construct combined u-turn and transit pullout area on the northwest corner. o Construct a transit pullout area on the southeast corner. In addition to the proposed roadway improvements, water utility work will be required to accommodate the future master meter project. The future master meter improvements will include installing master meters and reduced pressure backflow assemblies at two locations on the north side of Auburn Way South to serve the Muckleshoot Casino. The water utility work that is within the right-of-way, including connections to the existing water main, pipe, valves, and shutoffs, will be included in this project. H:\PROJ\CP1218-AWS Corridor Safety Impv\Consultants\Consultant Selection\RFP Documents\CP1218 Request for Proposals.doc December 3, 2012 3 Besides the work to accommodate the future master meter project and the work to relocate hydrants as needed due to the roadway improvements, there are no other water system improvements anticipated to be included in this project. The project will require new storm system improvements as a result of the widening of the roadway. Storm drainage water quality and flow control facilities will be consistent with the City of Auburn’s Surface Water Management Manual. There are no downstream capacity improvements anticipated to be included in this project. There are no sanitary sewer improvements anticipated to be included in this project. ANTICIPATED DELIVERABLES The design contract will include project management, geotechnical work, survey, right of way acquisition documents and negotiations per the Local Agency Guidelines (LAG) manual, environmental approvals and permitting, preparation of storm water reports per the City of Auburn’s Surface Water Management Manual and WSDOT Runoff Manual, preparation of contract plans and specifications, engineering estimates, WSDOT channelization plans, an archaeology survey, and bidding/construction assistance. The project deliverables include: A Project Schedule; Contract documents, including Special Provisions, an Engineer’s Cost Estimate and Contract Plans including the WSDOT channelization plans for 30%, 70%, 95%, 99% and final documents; and Environmental technical information/reports, survey, storm water reports, geotechnical investigations, channelization plans to meet WSDOT requirements, NEPA, permitting, and public outreach. The City would like to have the design for this project started by April 2013, advertisement of the project in May 2014 and construction to be complete by November 2015. 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, streetscapes, storm drainage facilities, traffic signals, street lighting systems, and other project elements: 1. The Project Team, including sub-consultants, experience with similar projects. Please include the following information: project name, location, a brief description of the project, the firm’s role in the project, project team member roles in the project, design costs, construction costs, and 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, geotechnical design, right-of-way plans and process, and design efforts. Include any sub-consultants proposed. 3. The Project Team’s project specific approach. 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, giving equal consideration to these criteria: Project Team Experience for the Identified Efforts, Project Team Qualifications, Approach to the Project, Anticipated Project Schedule, and Quality Assurance / Quality Control Plan. H:\PROJ\CP1218-AWS Corridor Safety Impv\Consultants\Consultant Selection\RFP Documents\CP1218 Request for Proposals.doc December 3, 2012 4 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: Issue Request for Proposals December 11, 2012, December 18, 2012 Deadline for Submittal of Proposals January 15, 2013 @ 4:00 pm Preliminary Selection of Firms January 24, 2013 Notify Firms Chosen for Interviews January 25, 2013 Consultant Interviews Week of February 4, 2013 Final Selection of Design Firm Week of February 11, 2013 Execution of Consultant Agreement April 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 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. Dates of publication in the Seattle Daily Journal of Commerce, December 11, 2012 and December 18, 2012. Dates of publication in the Seattle Times, December 11, 2012 and December 18, 2012.