REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR INSTALLATION & UPGRADE OF BICYCLE FACILITIES (CLASS II & CLASS III) Issued by:

Similar documents
REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR RAISED MEDIAN AT EL DORADO STREET. Issued by:

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE MARCH LANE/EAST BAY MUD BICYCLE AND PEDESTRIAN PATH CONNECTIVITY IMPROVEMENTS.

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE BRIDGE REHABILITATION PROJECT. Issued by:

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES GRANT WRITING ASSISTANCE FOR THE ACTIVE TRANSPORTATION PROGRAM

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

REQUEST FOR PROPOSALS

PUBLIC WORKS DEPARTMENT 22 E. Weber Avenue, Room 301 Stockton, CA (209) REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES

MINER AVENUE COMPLETE STREET IMPROVEMENTS

REQUEST FOR PROPOSALS PROFESSIONAL DESIGN SERVICES

PUBLIC WORKS DEPARTMENT 22 E. Weber Avenue, Room 301 Stockton, CA (209) REQUEST FOR PROPOSALS PROFESSIONAL DESIGN SERVICES FOR THE

Facilities Condition Assessment

REQUEST FOR PROPOSALS For Design Services for New Fire Station

CITY OF PLACERVILLE Development Services Department ENGINEERING DIVISION

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

REQUEST FOR PROPOSALS

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

REQUEST FOR PROPOSALS

REQUEST FOR STATEMENTS OF QUALIFICATIONS CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR CSJ: PASS-THROUGH FINANCE PROJECT

REQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

January 19, To Whom It May Concern:

Request for Proposals To Provide Engineering Services for the Wastewater Treatment Facility Improvements Project

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

San Francisco Unified School District 135 Van Ness Avenue, Room 215 San Francisco, California, Phone

PIEDMONT TRIAD AIRPORT AUTHORITY

REQUEST FOR PROPOSAL FOR BACKUP EMERGENCY GENERATORS DESIGN TOWN OF YUCCA VALLEY

REQUEST FOR PROPOSAL TO PROVIDE AS-NEEDED ENGINEERING SERVICES FOR THE IMPLEMENTATION OF

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

Knights Ferry Elementary School District

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

City of Mount Rainier

REQUEST FOR PROPOSALS. for. Machine construction of mountain bike trails on Summit County landfill and adjacent Open Space

NOTICE TO CONSULTANTS REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES FOR GROUNDWATER MODELING AND INJECTION TESTING

BASIN CITY WATER AND SEWER DISTRICT Request for Qualifications

REQUEST FOR PROPOSALS FOR INFORMATION TECHNOLOGY SUPPORT SERVICES

Midpeninsula Regional Open Space District 330 Distel Circle, Los Altos, CA Issued: Friday, January 27, 2017

CITY OF LOMITA REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES TO PROVIDE BID PROPOSAL FOR

Request for Qualifications B Hazardous Material Surveying, Testing and On-Site Observation Firms. RFQ Due Date: October 1, :00 P.M.

ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

This request for qualifications seeks the following type of service providers:

REQUEST FOR PROPOSALDevelopment of a Local

REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES WATER SYSTEM RELIABILITY STUDY CITY OF MT. PLEASANT WATER DEPARTMENT

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Biosolids Forest Fertilization Program

QUALIFICATIONS BASED SELECTION (QBS)

TABLE OF CONTENTS. Notice Inviting Qualifications Background Scope of Work Request for Qualifications (RFQ) Selection Process...

CITY OF BELL REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES FOR TREDER PARK RESTROOM AND STORAGE FACILITY

STATE UNIVERSITY CONSTRUCTION FUND P R O G R A M D I R E C T I V E S

Request for Proposals. On-Call General Engineering Services. Public Works Department City of San Mateo 330 West 20th Avenue San Mateo, CA 94403

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

FISCAL & COMPLIANCE AUDITS

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

City of Malibu Request for Proposal

CITY OF ROCK HILL, SOUTH CAROLINA SOLICITATION OF QUALIFICATIONS FOR TRANSIT CONSULTANT SERVICES

Request for Qualifications (RFQ) Environmental and Permitting Services

REQUEST FOR PROPOSALS. Uptown Main Street/US 25 Traffic Calming Analysis. Date Issued: June 5, 2018

CITY OF ROCK HILL, SOUTH CAROLINA SOLICITATION OF QUALIFICATIONS FOR TRANSIT MARKETING AND BRANDING PLAN

Architectural Services

REQUEST FOR PROPOSALS (RFP #18-001) Vessel Construction Management Services

Chabot-Las Positas Community College District

Town of Orange Park, Florida. Financial Auditing Services

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES DELTONA MIDDLE 250 ENTERPRISE ROAD DELTONA, FLORIDA MASTER PLAN PROJECT NO.

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

WAYFINDING SYSTEM DESIGN & BRANDING INITIATIVE

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES WESTSIDE ELEMENTARY 1210 JIMMY ANN DRIVE DAYTONA BEACH, FLORIDA 32117

2016 Bridge Inspections Border Bridges

FLORIDA DEPARTMENT OF TRANSPORTATION

REQUEST FOR PROPOSAL NEW MARKET TAX CREDIT CONSULTANT SERVICES

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

Amalgamation Study Consultant

Addendum No. 1 WEBB CREEK BRIDGE REPLACEMENT PROJECT (DESIGN)

REQUEST FOR QUALIFICATIONS (RFQ) Community Center and Pool Design. City of Fircrest Department of Parks and Recreation, Fircrest, Washington

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

CITY OF GREENVILLE, SC REQUEST FOR PROPOSALS RFP NO

PRE-PROPOSAL CONFERENCE

REQUEST FOR PROPOSALS FOR REALTOR SERVICES RELATED TO MARKETING & SALE OF SUCCESSOR AGENCY-OWNED REAL PROPERTIES RFP # SA

The City of Oxnard invites qualified consulting firms or individuals to submit qualifications for On-Call Permit Processing Services.

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS ZONING CODE UPDATE

City of Portsmouth Portsmouth, New Hampshire Public Works Department RFP #68-14 REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS (RFP) MARKETING AGENCY FOR LANE COUNTY FAIR

Request for Qualifications B Geotechnical Investigations / Professional Services Firms. RFQ Due Date: October 8, :00 P.M.

REQUEST FOR QUALIFICATIONS

Scope of Services The City is seeking consulting services for the following tasks:

Transcription:

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR INSTALLATION & UPGRADE OF BICYCLE FACILITIES (CLASS II & CLASS III) City Project No. PW1517 Federal Project No. CML-5008(150) Issued by: City of Stockton Public Works Department 22 E. Weber Avenue, Room 301 Stockton, CA 95202 Date Issued: March 7, 2017 Date Proposals Due: March 28, 2017, 12:00 p.m. Late Submittals Will Not Be Accepted Page 1 of 10

1.0 INTRODUCTION The City of Stockton (City) is seeking professional consultant services to design and prepare Plans, Specifications, and Estimates for the Installation and Upgrade of Bicycle Facilities (Class II & Class III) Citywide, Federal Project CML-5008(150), Project No. PW1517. The Consultant must be familiar with FHWA and Caltrans design requirements for Class II and Class III bicycle facilities and with the signing and striping requirements established in California Manual of Uniform Traffic Control Devices (CA MUTCD). The Consultant also shall provide design support services during the bidding and construction phase of the project. 2.0 BACKGROUND The City of Stockton has been installing bicycle facilities according to a Bikeway Plan since 1970. In 2007, the Plan was rewritten to be a Bicycle Master Plan, in conformance with the California Bicycle Transportation Act and the Transportation Development Act, and a list of prioritized projects was prepared. In 2014, Public Works applied for a Congestion Mitigation and Air Quality Program (CMAQ) grant to install all of the remaining Class III Bicycle Routes on the priority list that were feasible to install without modifications to street striping or parking. The grant application included minor lengths of connecting Class II Bike Lanes and the installation of additional signs on existing Class III Bicycle Routes to increase awareness of and encourage the use of those routes. The City has used the prioritized list as a guideline to establish the locations for this project. 3.0 PROJECT DESCRIPTION This project will install approximately 17 miles of Class III Bike Routes and approximately 1.8 miles of Class II Bicycle Lanes. (see Attachment A Segment List and Attachment B Vicinity Map) One of the Bike Routes will be enhanced with sharrows and additional signage. In addition, the project will install signs along existing bicycle routes where needed to increase awareness of and to encourage use of these routes. (see Attachment C Existing Routes That Need Additional Signs) The additional signs can include Share the Road signs as well as Bike Route signs. Some of these existing routes have very few signs. The segment List for the project shall be evaluated and all street segments proposed shall be confirmed to be appropriate for the planned facilities. 4.0 SCOPE OF WORK Each Consultant shall prepare a detailed scope of services based, in part and at a minimum, on information presented in this Request for Proposals, and other information. The Consultant shall provide a cost proposal and anticipated schedule, which accomplishes the objectives of the project. It is anticipated that the design contract will be awarded in May 2017, with construction taking place in Spring of 2018. Page 2 of 10

Consultants are encouraged to include items that are not presented in the RFP, but are thought to be necessary for this project. 4.1 Background Research The Consultant shall examine the streets listed in the Segment List (Attachment A), to determine the appropriateness of the segment for the proposed facility to be installed and to plan the location of the signs, striping, and street legends. The Consultant will notify the City of any segments that are determined to be inappropriate, or that will require additional work to be made appropriate, before design begins. The Consultant will examine proposed Class II Bike Lane segments to discover if any street repairs or utility cover adjustments will be necessary. The cost of any needed repairs or adjustments is to be included in the 60% engineer s estimate listed in section 4.3. 4.2 Environmental Services All environmental documentation for the project will be done by the city. The Consultant will not be required to provide any environmental services. 4.3 Plans, Specifications, and Estimate The Consultant will prepare complete PS&E documents, which include design improvement plans, traffic control plans, specifications, and engineer s estimate. PS&E shall be prepared according to the City s and 2010 Caltrans Standards and current CA MUTCD, as appropriate. Consultant shall prepare a base map showing existing information to facilitate the design of all the necessary improvements. The base map limits shall be sufficient to cover all necessary improvements within the project area. The Consultant will provide five (5) sets of plans, specifications, and estimates (PS&E) in 11 x17 (half scale) when the design is at 60% and 100% completion to the City for review and comments. With each stage, the review comments from the previous stage shall be itemized and a written response to each shall be prepared in a comment matrix. The original red-line comments from the reviewing agency shall be returned with the succeeding submittal. After all edits have been made to the 100% PS&E, the Consultant will submit a check print (at 100%) for review purposes prior to plotting on mylars. The final submittal shall include: one complete mylar plan set (24 x26 ) stamped and signed, final cost estimate (stamped in excel and pdf format) and final specifications (in Word and pdf format) and shall be delivered to the City, along with a CD disk containing all electronic files, including AutoCAD drawing files. Page 3 of 10

4.4 Public Outreach No Public Outreach is expected for this project. 4.5 Coordination/Meetings At a minimum, the Consultant shall attend a project kickoff meeting. The Consultant shall establish and maintain clear and consistent communication with City Staff to discuss the progress of the design. The Consultant shall attend meetings (or conference call) with City Staff as needed to discuss and finalize the design. If necessary, the Consultant may request field meetings to discuss existing street conditions. 4.6 Design Support During Bidding and Construction As part of the proposal, Consultant shall include bid support services that consist of assisting the City in responding to Requests for Information (RFI) during the project advertisement phase. Consultant shall also include services for design support during construction. These services include responding to all RFIs, submittal reviews and approvals, altering project plans to address any design changes or inconsistencies (at no additional cost to the City) attendance at the pre-construction meeting, and any needed consultation with the construction contractor and/or the City Project Manager. 4.7 As-built Drawings The Consultant shall prepare as-built drawings upon receipt of red-lines from the contractor. Consultant should produce one complete set of as built drawings. Changes should be reflected on the mylars either by hand or by a new printed sheet created in AutoCAD. 5.0 PROJECT GENERAL INFORMATION 5.1 Proposal Submissions Proposals shall be submitted no later than 12:00 p.m., on March 28, 2017 to: SHARLA HARDY CITY OF STOCKTON 22 E. WEBER AVENUE, ROOM 301 STOCKTON, CA 95202 Page 4 of 10

The proposal should be firmly sealed in an envelope which will clearly be marked on the outside with INSTALLATION AND UPGRADE OF BICYCLE FACILITIES (CLASS II & CLASS III) CITYWIDE for the City of Stockton (Project PW 1517). Late Proposals will not be accepted. 5.2 Acceptance or Rejection of Proposal The City reserves the right to negotiate an agreement with the firm submitting the highest ranking proposal. Also, the City reserves the right to reject any and all proposals or to waive any irregularity in a proposal if it is deemed to be in the best interest of the City. Failure to submit all requested information could be grounds to reject the proposal. 5.3 Proposal Questions and Requests for Clarification Any question or request for clarification shall be submitted in writing to: Sharla Hardy, sharla.hardy@stocktonca.gov Requests for clarification shall be submitted at least seven (7) business days prior to the proposal due date. If a response warrants an addendum to the RFP, such addendum will be delivered to Consultants at least two days prior to the proposal due date. It is the proposer s responsibility to check the website for any addendums or responses to questions. The website address is as follows: http://www.stocktongov.com/services/business/bidflash/pw.html?dept=public_works 5.4 Causes for Disqualification Any of the following may be considered cause to disqualify a proposal: A. Evidence of collusion among proposers B. Any attempt to improperly influence any member of the evaluation panel C. A proposer s default or breach of contract in previous work that resulted in termination of that agreement and/or D. Existence of any lawsuit, unresolved contractual claim, or dispute between proponent and the City. 5.5 Licensing Requirements Any professional certifications or licenses that may be required are the sole cost and responsibility of the proposer. A City of Stockton business license is required. Please contact the City of Stockton Business License Customer Service at (209) 937-8313. Page 5 of 10

5.6 Insurance Requirements The proposer must obtain and maintain the required insurance. Proposer should review Attachment D, Instructions to Proposers, for information regarding insurance, indemnification, Disadvantaged Business Enterprises, prevailing wages, etc. Failure to comply with the Instructions to Proposers may be grounds for rejection. 5.7 Disadvantaged Business Enterprises The requirements for federally funded projects, including Disadvantaged Business Enterprise (DBE), apply to this project. The DBE goal for this project is 7%. Proposers are requested to submit Caltrans form 10-O1 with their proposals. See Attachment D, Instructions to Proposers, for a description of the DBE Program and required forms. Any questions regarding the DBE program should be directed to Miguel Mendoza, DBE Compliance Officer, at (209) 937-7446. 5.8 Federal Program Requirements The requirements for federally funded projects will apply to this Request for Proposals, and the Proposers will be required to submit all required forms. See Attachment G, Federal Aid Consultant Provisions, for copies of currently required forms. Forms can also be found on Caltrans website (http://www.dot.ca.gov/hq/localprograms/lam/forms/lapmforms.htm#gohere10) 5.9 Department of Industrial Relations Please refer to Attachment D, Instructions to Proposers, for registration requirements with the Department of Industrial Relations. 5.10 Product Ownership Any documents resulting from the performance of work in the contract will become property of the City. This includes all work performed by subconsultants. 6.0 REQUIRED PROPOSAL CONTENT The proposal shall contain the following, at a minimum: Cover Letter Table of Contents Executive Summary Page 6 of 10

Project Team Project Understanding and Approach Detailed Work Plan Examples of experience with similar types of work References Schedule Cost Proposal The body of the technical proposal shall not exceed 15 pages with a minimum font size of 10. Proposer shall submit 4 bound sets of the proposal. The maximum allowable length is exclusive of the cost proposal and of any folder, cover, or section dividers. Proposals shall be no more than 20 pages, including resumes and cover letter. 6.1 Cover Letter The letter shall be signed by an official with the authority to negotiate and contractually bind the firm with the City of Stockton. Provide name, title, address, email, and telephone number for this officer. Describe any subcontract arrangements or licensing agreements. Include any potential conflict of interest. 6.2 Table of Contents The proposal should include a table of contents. 6.3 Executive Summary The Executive Summary shall include a summary of the proposal, emphasizing the approach to be taken and description of the capabilities of the Consultant and sub consultants. The summary should convey an understanding of the purpose of the project and of the services required for performance. 6.4 Project Team Describe your team organization including the qualifications of the prime consultant and any sub consultants. Provide an organizational chart of the proposed team structure. The following should be addressed: Demonstrate the firm s experience in each of the areas of expertise needed to successfully complete the project. This should include a description of prior experience in working with public agencies, including working with City staff. Page 7 of 10

Provide references with emphasis on the completion of projects related to similar improvements. Ability for project team to perform the proposed work within the time limits of the project, considering their current and projected workload and assignments. Ability to provide quality control of all deliverables and be responsive to all issues in a timely manner. 6.5 Project Understanding and Approach Describe your understanding of the needs of the Installation and Upgrade of Bicycle Facilities (Class II & Class III) Citywide Project, City Project No. PW1517/Federal Project CML-5008(150). 6.6 Detailed Work Plan Provide a proposed work plan for development and implementation of the project as described in the Scope of Work. Describe the proposed approach and the activities to be accomplished. Describe how the team will complete each task. Alternative approaches to the project can be submitted if a rationale is given for the suggested changes. Information on software which will be used to prepare all working documents and final documents shall be provided to the City. 6.7 Examples of Experience With Similar Types of Work Provide examples of projects similar in scope and size to this project. 6.8 References Provide three client references for the firm, two of which are familiar with the project manager and key personnel. This shall include the name, company, contact information, and description of related work that was provided to the client. 6.9 Schedule The selected Consultant shall be expected to begin work within two weeks of contract signing and complete all design tasks by October 1, 2017. Page 8 of 10

6.10 Cost Proposal The proposer shall submit a cost proposal in a separate sealed envelope. Identify all key team members, including sub consultants, in a work chart, including their name, title, hours per task, hourly rate, total hours, direct labor, overhead, and percentage of work by task. Include a total fee for all costs to complete all of the tasks. See Attachment F for a Sample Cost Proposal. 7.0 PROPOSAL EVALUATION The Consultant Selection process will follow the timeline shown below Event Date Post Request for Proposals 3/7/2017 Written Questions submitted by 3/16/2017 Response to Written Questions 3/24/2017 Proposals Due 3/28/2017 Negotiations 4/4/2017 Contract Approved 5/17/2017 7.1 Proposal Evaluation The selection committee will evaluate all proposals. This is a qualifications and cost based selection, so ranking will be in accordance with the attached Evaluation Scoring Worksheet (See Attachment E). Cost will be a factor in evaluation, but selection is predominately qualifications based. Cost Proposals will not be opened and evaluated until after other categories have been evaluated. 7.2 Negotiations City staff will begin negotiations with the highest ranked firm. If an agreement cannot be reached after a reasonable period of time, as determined by the City, Then the City will terminate negotiations with the number one ranked firm and negotiations will be opened with the second ranked firm. The compensation discussed with one prospective Consultant will not be disclosed or discussed with another Consultant. The selected Consultant will be expected to enter into a Professional Services Contract with the City. Proposers should direct their attention to Attachment B, Instructions to Proposers for the most current insurance and indemnification language. It is expected that the successful proposer will accept these terms without modification. The contract shall not be in force until the Council approves the contract and the City manager signs it. Work performed before the issuance of a Notice to Proceed cannot be paid by the City. Page 9 of 10

ATTACHMENTS: Attachment A Vicinity Map Attachment B Segment List Attachment C Location Map Existing Routes That Need Additional Signs Attachment D - Instructions to Proposers Federally Funded Contracts Attachment E Evaluation Scoring Sheet Attachment F Sample Cost Proposal (Exhibit 10-H in Local Assistance Manual) Attachment G Federal Aid Consultant Contract Provisions Page 10 of 10