MINER AVENUE COMPLETE STREET IMPROVEMENTS

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

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

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 BRIDGE REHABILITATION PROJECT. Issued by:

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES

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 DESIGN SERVICES

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

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

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

Upper Darby Township 100 Garrett Rd. Upper Darby, PA 19082

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

REQUEST FOR PROPOSALS

CITY OF PLACERVILLE Development Services Department ENGINEERING DIVISION

REQUEST FOR PROPOSALS For Design Services for New Fire Station

January 19, To Whom It May Concern:

Subject: Request for Proposal Route 99 Interchanges at Hammett Road and Kiernan Avenue

City of Waterloo, Wisconsin. Request for Proposals. Municipal Engineering Services

CITY OF GREENVILLE, SC REQUEST FOR PROPOSALS RFP NO

REQUEST FOR PROPOSALS FOR ON-CALL SERVICES FOR VARIOUS PROJECTS

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

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

Request for Proposal #15-07 Professional Engineering Services for Milwaukee Avenue Streetscape Improvements - Monroe Street to Greenwood Avenue

REQUEST FOR QUALIFICATIONS Construction Engineering Services for On-Call Consulting Services. and

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

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

REQUEST FOR PROPOSALS (RFP) For Electrical Engineering Design Services City Hall Switchgear Replacement October 28, 2016

4:00 p.m. on May 6, 2016

CITY OF JOPLIN, MISSOURI

On-Call Traffic Engineering Services

RFP for Bicycle/Pedestrian Scoping Study Page 1

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

STANDARD DRAWINGS INDEX

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

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

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

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

REQUEST FOR QUALIFICATIONS DOWNTOWN WAYFINDING CONSULTING AND DESIGN

REQUEST FOR PROPOSALS (RFP)

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

BASIN CITY WATER AND SEWER DISTRICT Request for Qualifications

City of Defiance Construction Management & Observation Services

REQUEST FOR PROPOSALS

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

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

STUDY AND ARCHITECTURAL DESIGN SERVICES

Request for Statement of Qualifications for Professional Architectural, Engineering, Staff Augmentation, And Landscape Architecture Services

SMALL CITY PROGRAM. ocuments/forms/allitems.

VILLAGE OF FOX CROSSING REQUEST FOR PROPOSAL FOR COMPREHENSIVE PLAN

Port of Long Beach Community Grants Program. Community Infrastructure

REQUEST FOR PROPOSALS

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

Traffic Impact Analysis (TIA) POLICY

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

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

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

Whiteview Parkway Improvements

Request for Qualifications (RFQ) Environmental and Permitting Services

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

CITY OF PORTSMOUTH NEW HAMPSHIRE Department of Public Works

Request for Qualifications. On-Call Landscape Architectural Services. In the City of Dublin, Alameda County. Responses Due:

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

BUTTE COUNTY DEPARTMENT OF WATER AND RESOURCE CONSERVATION REQUEST FOR PROPOSALS TO

APPENDIX D CHECKLIST FOR PROPOSALS

REQUEST FOR PROPOSALS (RFP)

Nevada Department of Transportation Traffic Operations Policy Memorandum Traffic Signal Warrant Approval Process

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

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

SUBJECT: SEE BELOW DATE: May 26, 2016

REQUEST FOR PROPOSAL: RFP No Asphalt Repair Services

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

ENVIRONMENTAL SERVICES REQUEST FOR QUALIFICATIONS FOR THE FOLLOWING PROJECT. Nicholson Drive (LA 30) Segment #1 Lee/Brightside to South Gourrier

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

2017 Statewide On-Call Design Request for Proposal

Request for Qualifications Wayfinding, Signage and Streetscape Design Initiative City of Mobile, AL

City of Mount Rainier

FOR CONSULTING SERVICES FOR DISASTER RESPONSE, ENGINEERING, AND GRANT MANAGEMENT SUPPORT

CITY OF ROCHESTER, NEW HAMPSHIRE INVITATION TO BID

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR PULLMAN-MOSCOW REGIONAL AIRPORT PULLMAN, WA

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR WALLA WALLA REGIONAL AIRPORT (ALW) WALLA WALLA, WASHINGTON. October 2, 2018

FLORIDA DEPARTMENT OF TRANSPORTATION

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

REQUEST FOR PROPOSALDevelopment of a Local

Request for Proposals (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

REQUEST FOR PROPOSALS FOR AS-NEEDED TRAFFIC ENGINEERING AND PROFESSIONAL SERVICES FISCAL YEARS 2017 THRU 2019

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR

CITY OF LA CENTER PUBLIC WORKS

PRE-PROPOSAL CONFERENCE

ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES

REQUEST FOR QUALIFICATIONS HONDO, TEXAS CITY ENGINEERING SERVICES

Redevelopment Authority of Allegheny County

FISCAL & COMPLIANCE AUDITS

Transcription:

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE MINER AVENUE COMPLETE STREET IMPROVEMENTS Federal Project No. ATP 5008(158), City Project No. PW1607, Federal Project No. ATP 5008(170), City Project No. PW1732, and Federal Project No. CML 5008(148), City Project No. PW1515 Issued by: City of Stockton Public Works Department 22 E. Weber Avenue, Room 301 Stockton, CA 95202 Date Issued: May 10, 2018 Date Proposals Due: Thursday, June 7, 2018 at 3:00 PM Late Submittals Will Not Be Accepted

1.0 INTRODUCTION The City of Stockton (City) is soliciting proposals from qualified consulting firms to provide professional Consultant services to design the Miner Avenue Complete Street Improvements project between Center Street and Aurora Street. The project will require the expertise of a multi-disciplined team of diverse disciplines to complete the required services. 2.0 BACKGROUND Miner Avenue Corridor between Center Street and Aurora Street is a wide boulevard, which historically served as a primary downtown entryway. Commercial vacancies, vacant land, and low lease rates and land values reflect the Corridor s current disinvestment and set the stage for redevelopment. Public improvements could help create a collective identity for the Corridor. In 2014, the City received funding through the Active Transportation Program (ATP) for the Project Approval and Environmental Document (PA&ED) phase of the Miner Avenue Complete Street Improvements project. On February 21, 2017, City Council approved the Miner Avenue Precise Road Plan and on December 26, 2017, Caltrans approved NEPA. 3.0 PROJECT DESCRIPTION The Miner Avenue Precise Road Plan spans the ten-block segment between Center Street and Aurora Street (Attachment A Vicinity Map). It sets the expectations and requirements on what will be constructed along the corridor and provides a framework to protect, preserve, and require dedications as development occurs. Miner Avenue is currently a four-lane road, with two lanes in each direction. The Precise Road Plan calls for a reduction in the number of vehicle travel lanes from two lanes to one lane in each direction with Class II buffered bicycle lanes, median islands with landscaping, a roundabout at the intersection of Miner Avenue and San Joaquin Street, traffic signal and lighting improvements, pedestrian and bicycle amenities, sidewalk improvements and accessible street crossings with bulb-out round corners and bollards. As part of the improvements, several street trees would be removed and replaced and some existing non-uniform street lighting would be removed and replaced to match other existing lighting in the corridor. The project also includes relocation or replacement of the existing sewer line and street overlay. The Miner Avenue Complete Street Improvements will be funded with federal Active Transportation Program (ATP) Cycle 2 funds, ATP Cycle 3 Augmentation SB1 funds, Measure K Bicycle, Pedestrian and Safe Routes to School Program and Smart Growth Incentive Program funds, and other Local Funds. The RFP will provide for the preparation of plans, specifications, and estimate for the Miner Avenue Complete Street Improvements between Center Street and Aurora Street.

4.0 SCOPE OF WORK The Consultant shall provide preliminary and final engineering services leading to the completion of plans, specifications, and estimates for construction of the desired improvements. The Consultant shall also provide design support services during the construction phase of the project. Design support will endure through the completion of construction. The Consultant is encouraged to team with local consultants as much as possible to accomplish all tasks necessary to complete the project. The subcontract must contain all required provisions of the prime contract. Prevailing wages will apply if the services to be performed will involve land surveying, materials sampling and testing, inspection work, soils or foundation investigations, environmental hazardous materials and other work that falls under prevailing wages. Consultant shall analyze the existing vaults physically located within the sidewalk to make sure they are structurally acceptable to remain, if not they will need to be upgraded. Consultant will need to make an appointment with property owners to inspect each vault and provide a recommendation. Consultant shall consider salvaging the existing art pieces on the sidewalk and coordinate their removal with the Art Manager (City of Stockton). The Consultant shall also explore the idea of salvaging the existing granite curb and cobbles to use in the roundabout. The Consultant shall provide recommendations for safe design and roadway improvements, including such items as storm drainage, catch basins, etc. per City of Stockton Standard Plans and Specifications. The Consultant shall provide recommendations for ADA conforms to adjacent existing building entrance elevations, along with all incidental conform requirements, such as driveway conforms on site. The Consultant shall include an option to review the existing sidewalk, to remain, but not look homogeneous. Need an option to remedy. Each Consultant shall prepare a detailed scope and services based, in part and at the minimum, on information presented in this RFP and other information. The Consultant shall provide a cost proposal (separate sealed envelope) and anticipated schedule, which accomplishes the objectives of the project. It is anticipated that the design contract will be awarded in September 2018 with construction to start in August 2019. However, design documents must be completed no later than March 2019. Cost proposal shall be broken down by project improvements as follows: A. Miner Avenue Complete Streets, Federal Project No. ATP 5008(158), City Project No. PW1607 (provide separate cost): 1. ATP Cycle 2 Funds: Miner Avenue between Center Street and Sutter Street Improvements include new curb, gutter and sidewalk, street improvements within bicycle lanes, bulb-outs, new bollards, catch basins, traffic signal modifications, new trees, new bike racks and benches, adjust street lights to grade and install new street lights, new trash receptacles and recycling

receptacles, relocate parking meters to accommodate new parking configuration, bicycle facilities and striping and signage per the Precise Road Plan. B. Miner Avenue Complete Streets, Federal Project No. ATP 5008(170), City Project No. PW1732 (four different funding sources under this project, provide separate cost for each task): 1. ATP Cycle 3 Funds: Miner Avenue between Sutter Street and Aurora Street Improvements include new curb, gutter and sidewalk, street improvements within bicycle lanes, bulb-outs, new bollards, catch basins, traffic signal modifications, new trees, new bike racks and benches, adjust street lights to grade and install new street lights, new trash receptacles and recycling receptacles, relocate parking meters to accommodate new parking configuration, bicycle facilities and striping and signage per the Precise Road Plan. 2. Measure K Smart Growth Funds: Median Improvements include all median work such as median curb, irrigation, median lighting, landscaping, etc. per the Precise Road Plan. 3. Local Measure K Funds: Overlay Improvements include base failure repairs and AC overlay over entire width minus the 11 bike lane buffer areas width. 4. Wastewater Enterprise Funds: Sanitary Sewer Improvements include relocating and upgrading existing 6 sewer line to 12 sewer line, reconnecting laterals, and all other improvements required to do the work. C. CMAQ - Bus Rapid Transit (BRT) Phase 1B, Federal Project No. CML 5008(148), City Project No. PW1515 (provide separate cost): Improvements include roundabout at Miner Avenue and San Joaquin Street intersection per the Precise Road Plan. The work will include, but not limited to the following tasks as well: 4.1 Background Research The Consultant shall review and be familiar with the Miner Avenue Complete Street Precise Road plan. Consultant shall visit the project site to conduct a field reconnaissance of the project area. The Consultant shall review and verify the location and type of existing improvements, equipment, bus zone locations, intersection geometrics, posted speed limit, and bus route movements. The Consultant shall review collision reports, sight distance, approach speed, truck volume, and other geometrical and operational characteristics for the project. Consultant shall video project limits, northbound, southbound, and right of way conform locations. Provide video to City. The Consultant shall work with all pertinent utilities to identify utility conflicts, coordinate utility plan reviews, conduct necessary coordination meetings, and locate designed improvements as required to facilitate utility relocations. The Consultant shall coordinate

with all utilities in accordance with Caltrans "Manual on High and Low Risk Underground Facility within Highway Rights of Way." The objective is to eliminate any conflicts encountered during construction, which would pose construction delays or claims. Consultant will need to prepare utility letters and project location exhibits, utility requests need to be on City letter head to avoid paying fees for utility information. If potholing is required, this will be the responsibility of the utility company. The Consultant will need to coordinate with the City to the maximum extent possible to route this information to utility companies. Consultant must show all existing utilities that will be impacted or cause impact by the proposed project. Consultant will need to prepare Utility A, B, and C letters and provide copies of utility correspondence for City files. Consultant shall coordinate utility relocation schedule with each utility company and include in specifications for construction coordination. Full documentation of all utility coordination and plan shall be provided to the City with regular updates of progress. The Consultant shall identify required permits, prepare all permit applications, and assist the City with negotiations relative to permit conditions, if required. Permit fees will be paid by the City. The Consultant will need to prepare all public notices required to access private property during field reconnaissance and provide a Right of Entry (ROE) letter to access those private properties. The Consultant will need to identify impacts to all residences and businesses and present mitigation measures on the design improvement plans. This includes but is not limited to: service interruptions, property encroachments, access restrictions, potential damage to property, etc. The Consultant will also acquire ROE letters for improvements during construction. This will need to be acquired during the design phase and incorporated into the design phase. The Consultant will provide copies of all utility correspondence, public notices, and ROE letters for City files. 4.2 Environmental Services On February 21, 2017, City Council adopted an Initial Study/Mitigated Negative Declaration and approved a Precise Road Plan for the Miner Avenue Complete Streets Project. On February 23, 2017, a Notice of Determination was recorded. On December 26, 2017, Caltrans approved NEPA. However, as part of the of the approved NEPA document, there are environmental commitments required as part of the design and construction phase of the project. The Consultant will be responsible for preparing plans and specifications per NEPA document and the conditions of the Programmatic Agreement (Attachment F) and incorporating them into the design and construction phase. 4.3 Plans, Specifications, and Estimate The Consultant will prepare and complete plans, specifications and estimate (PS&E) documents which include design improvement plans, traffic signal modifications,

roundabout, traffic control plans, specifications, and engineer s estimate. The Consultant shall prepare a base map showing existing information to facilitate the design of all the necessary improvements in accordance with the Precise Road Plan. The base map limits shall be sufficient to cover all necessary improvements within the project area. The Consultant will prepare one set of plan and specifications for construction. However, the engineer s estimate and bid items will be provided as separate line items for each funding source (each project and task associated with project). The Consultant will need to track their time for each funding source separately as well. The Consultant will provide five sets of PS&E in 24 x36 (full scale) when the design is at 60%, 90%, and 100% completion to the City for review and comments. With each submittal, 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 (1) complete mylar plan set (24 x36 ) stamped and signed, final cost estimate (stamped in Excel and pdf format) and final specifications (in Word and pdf format) stamped and signed, and shall be delivered to the City, along with a Compact Disc containing all electronic files, including AutoCAD drawing files. Final PS&E submittal is due by March 2019. The PS&E shall be subject to quality control reviews by the consultant project manager prior to submittal. These reviews will assure conformance to City and State Distract Local Assistance Engineer (DLAE). The project Miner Avenue Precise Road Plan is attached for reference (Attachment G). The Consultant shall prepare and submit to the City the Construction Request for Authorization (RFA) Package. 4.4 Preserving and Perpetuating Survey Monuments The Consultant shall identify, list, tie out/perform construction staking of survey monuments, and show existing survey monuments on construction plans. Consultant shall file all pre-construction Corner Records or Records of Survey with San Joaquin County and submit a copy to the City. The Corner Records or record of Survey shall show monuments within the area of construction reasonably subject to removal or disturbance not shown on a recent record document. The Consultant shall include language in the PS&E package to preserve all monumentation affected by the work being performed in accordance with Section 8771 of the Professional Land Surveyors Act in the Business and Professionals Code of the State of California.

4.5 Public Outreach The Consultant shall provide outreach sufficient to inform residents, neighbors, adjacent businesses, and key stakeholders via public meetings, newsletters, website, or a combination of methods. Public outreach was conducted during environmental phase; however, the need for more public outreach will be required. At least 2 public meetings will be required and one Council presentation. One informational meeting must be conducted during design and the other prior to construction. 4.6 Coordination/Meetings The Consultant shall attend the 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. The Consultant shall meet with City Staff to go over Consultant Performance Evaluation at the contract close out. The Consultant shall attend a pre-construction meeting and post construction meeting, if necessary. The Consultant will need to attend focused and specific design detail meetings with Ten Space, Visionary Home Builders, Downtown Stockton Alliance, San Joaquin Regional Rail Commission, San Joaquin Regional Transit District (RTD) and others as required. The Consultant will also need to coordinate project with adjacent developers (new development downtown), RTD (bus access through Miner), SP Plus (coordinate meters or kiosk stations), coordination with Stockton Alliance (location of bike racks), and PG&E (Rule 20 project). The possibility of incorporating public art at roundabout will also require coordination with PAAC and/or other locations throughout the corridor. The Consultant will also need to coordinate the project with the Consultant for the Bus Rapid Transit (BRT) 1B Corridor Improvements for overlapping signal improvements along Miner Avenue. The Consultant shall coordinate overlapping projects within Miner Avenue. Other related projects include, but are not limited to, Hunter Street Road Diet, Ten Space Development, and California Street Road Diet. 4.7 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 needed. Design changes needed due to error or omission shall be provided at no additional cost to the City. Design support services shall also include any needed consultation with the construction contractor and/or the City Project Manager.

4.8 As-built Drawings The Consultant shall prepare record drawings upon project completion (red-lines from contractor). The Consultant shall mark up the original mylar sheets with revisions made during construction. As-built record drawings shall reflect all changes to all improvements constructed. Electronic files of the as-built drawings (in standard pdf format) and AutoCAD (dwg) shall be provided in addition to the original as-built mylars. 5.0 PROJECT GENERAL INFORMATION 5.1 Proposal Submissions Proposals shall be submitted no later than 3:00 PM on June 7, 2018 to: ROSA ALVAREZ CITY OF STOCKTON 22 E. WEBER AVENUE, ROOM 301 STOCKTON, CA 95202 The proposal should be firmly sealed in an envelope which will clearly be marked on the outside with MINER AVENUE COMPLETE STREET IMPROVEMENTS for the City of Stockton (Federal Project No. ATP 5008(158), City Project No. PW1607; Federal Project No. ATP 5008(170), City Project No. PW1732; and Federal Project No. CML 5008(148), City Project No. PW1515). The cost proposal for the project shall be submitted in a separate sealed envelope inside the proposal. 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 highestranking 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: Rosa.Alvarez@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 posted on bidflash 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.stocktonca.gov/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. 5.6 Insurance Requirements The proposer must obtain and maintain the required insurance. Proposer should review Attachment B, 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 15%. Proposers are requested to submit Caltrans form 10-O1 with their proposals. See Attachment B, 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 or Miguel.Mendoza@stocktonca.gov. 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 E, 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 B, 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 sub consultants.

6.0 REQUIRED PROPOSAL CONTENT The proposal shall contain the following, at a minimum: Cover Letter Executive Summary Project Team Project Understanding and Approach Detailed Work Plan Examples of Experience with Similar Types of Work References Schedule (Microsoft Project Schedule with key dates, milestones, and critical path) Cost Proposal in a Separate Sealed Envelope See Attachment D- Sample Cost Proposal for format Federal Forms The body of the technical proposal shall not exceed 20 double-sided pages (8 ½ x 11 ) with a minimum font size of 10, with each page numbered. Proposer shall submit six (6) bound sets of the proposal and an electronic pdf copy of the proposal. The maximum allowable length is exclusive of any folder, cover, section dividers and separate sealed cost proposal. Proposal shall be no more than twenty-five (25) 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 Executive Summary The Executive Summary shall include a summary of the proposal, emphasizing the approach to be taken and including a work plan, schedule, and description of the capabilities of the Consultant and sub consultants. The summary should convey an understanding of the purpose of the project and the services required for performance. 6.3 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.

Provide references with emphasis on the completion of projects related to pedestrian improvements with similar challenges (provide list with proposal). 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. Provide project team resumes 6.4 Project Understanding and Approach Describe your understanding and approach to meeting the project goals and objectives. 6.5 Detailed Work Plan Provide a proposed work plan for development and implementation of the program 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. 6.6 Examples of Experience with Similar Type of Work Provide examples of projects similar in scope and size to this project. The experience must show that the Consultant is familiar with federal projects and multi-funded projects. 6.7 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. 6.8 Schedule Prepare and submit a schedule describing the time required to complete each task in the scope. The schedule shall include construction activities. Show phases, durations, milestones, assignments, critical paths, and other relevant data. The Consultant is encouraged to develop additional project schedule details and suggest changes within the basic constraints of the program. The schedule shall be provided in Microsoft Project schedule. The schedule shall be updated monthly throughout the PS&E phase of the project. The selected Consultant shall be expected to begin work after Council approval and complete all tasks by March 2019. 6.9 Cost Proposal Identify all key team members, including sub consultants, in a work chart, including their name, classification, hours per task, hourly rate, total hours, direct labor, overhead, and percentage of work by task and project. Proposer shall submit a cost proposal in a

separate sealed envelope clearly labeled Cost Proposal. See Attachment D - Sample Cost Proposal (Local Assistant Procedures Manual Exhibit 10-H). If form 10-K is required, it must be submitted with the cost proposal, along with form 10-O2, in the sealed envelope. Consultant shall track and submit invoices for each project funding separately. 7.0 PROPOSAL EVALUATION The City of Stockton will follow the consultant selection schedule listed in below, but reserves the right to modify the schedule in any manner necessary to serve the best interest of the City. Dates are tentative. Event Date Post Request for Proposals May 10, 2018 Written Questions submitted by May 29, 2018 Response to Written Questions June 1, 2018 Proposals Due June 7, 2018 Interviews for short listed firms Week of June 25, 2018 City Council Approval September 18, 2018 7.1 Proposal Evaluation This Request for Proposal is not an offer by the City to contract, but is an invitation to interested parties to submit a proposal which the City may accept or reject at its sole discretion. The City may invite the Consultants for an interview upon evaluation of all proposals received. Consultants shall be prepared to bring only key personnel (limit to 4 members). The selection committee will evaluate all proposals. This is a qualification based selection, so ranking will be in accordance with the attached Evaluation Scoring Worksheet (See Attachment C). Evaluation of the proposals will be performed by a Selectin Committee consisting of in-house staff and other department staff who will assess the qualifications, experience, strength of the Consultant and ability to perform the work. Please allow for at least two weeks for City to review and rank the proposals. 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. ATTACHMENTS: Attachment A Vicinity Map Attachment B Instructions to Proposers Federally Funded Contracts Attachment C Evaluation Scoring Sheet Attachment D Sample Cost Proposal (Attachment 10-H in Local Assistance Manual) Attachment E Federal Aid Consultant Contract Provisions Attachment F NEPA Document with Programmatic Agreement Conditions Attachment G Miner Avenue Precise Road Plan