Loading...
HomeMy WebLinkAboutRFP - P915 CONSULTING SERVICES FOR NO CO TRUCK MOBILITY HWY 14 TRUCK ROUTE RELOC PHII22//99//00 00 REQUEST FOR PROPOSAL CITY OF FORT COLLINS Proposal Number P915 CONSULTANT SERVICES FOR NORTHERN COLORADO TRUCK MOBILITY/STATE HIGHWAY 14 TRUCK ROUTE RELOCATION PROJECT- PHASE II: NON ROUTE-BASED STRATEGIES The City of Fort Collins is seeking proposals from qualified consulting firms. Written proposals, six (6) will be received at the City of Fort Collins' Purchasing Division, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. Proposals will be received before 3:00 p.m. (our clock), December 19, 2003. Proposal No. P-915 If delivered, they are to be sent to 215 North Mason Street, 2nd Floor, Fort Collins, Colorado 80524. If mailed, the address is P.O. Box 580, Fort Collins, 80522-0580. A pre-proposal meeting will be held with project management staff at the City of Fort Collins Community Room (215 N. Mason St.), at 10:00 a.m. (our clock) on December 3, 2003 Questions concerning the scope of the project should be directed to Project Manager, Mark Jackson, Chief Transportation Planner (970) 416-2029. Questions regarding proposals submittal or process should be directed to Buyer, James B. O’Neill, II, CPPO, FNIGP (970) 221-6775. A copy of the Proposal may be obtained as follows: 1. Call the Purchasing Fax-line, 970-416-2033 and follow the verbal instruction to request document #30915. 2. Download the Proposal/Bid from the Purchasing Webpage, www.fcgov.com/purchasing. 3. Come by Purchasing at 215 North Mason St., 2nd floor, Fort Collins, and request a copy of the Bid. Important Notice: Registration: The City of Fort Collins Purchasing Division has implemented an on-line vendor registration system. This system allows vendors to register, view and update their business information and commodities. In the future, vendors will also be able to receive Requests for Proposals (RFP’s) through the on-line system. All vendors doing business with the City of Fort Collins are requested to register. The vendor registration system is accessible through the City of Fort Collins Purchasing Department internet webpage at www.fcgov.com/purchasing. The vendor registration form is located by clicking https://secure2.fcgov.com/bso/login.jsp 22//99//00 00 Note the printable instruction pages link. If you have any difficulty completing the registration process, please call the Purchasing Division at (970)221-6775 for assistance. Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision-making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. Collusive or sham proposals: Any proposal deemed to be collusive or a sham proposal will be rejected and reported to authorities as such. Your authorized signature of this proposal assures that such proposal is genuine and is not a collusive or sham proposal. The City of Fort Collins reserves the right to reject any and all proposals and to waive any irregularities or informalities. Sincerely, James B. O'Neill II, CPPO, FNIGP Director of Purchasing & Risk Management 22//99//00 00 Preliminary Scope CONSULTANT SERVICES FOR NORTHERN COLORADO TRUCK MOBILITY/STATE HIGHWAY 14 TRUCK ROUTE RELOCATION PROJECT- PHASE II: NON ROUTE-BASED STRATEGIES Introduction: The purpose of this section of the RFP is to describe in general terms the desired scope of services to be performed by the consultant. The description of the work to be performed should not be considered to be all-inclusive. Rather, the consultant should elaborate on the services that are proposed. Project Background: As a result of November, 1999’s Ballot Issue #200, Fort Collins voters instructed City Staff to pursue the tasks related to the Northern Colorado Truck Mobility/SH 14 Truck Route Relocation Project, Phase I (2001). This project is funded by the City of Fort Collins as part of its Building Community Choices project funds. This is a historically controversial issue within Fort Collins and the northern Larimer County area, with several previous planning efforts attempted over the last thirty years. The initial phase of this effort identified potential alternative routes to be explored as part of a future NEPA analysis. The study also identified several potential strategies designed to encourage long haul truck and freight traffic to choose alternative routes to the State Highway 14/ US-287 route currently favored by many drivers. These “non route-based strategies” (NRBS) are the focus of this RFP. Specific information about NRBS identified in the Phase I study is available on the project website at www.sh14truckingstudy.com. Project Overview: The City of Fort Collins has been experiencing an increase in the amount of through truck traffic within its Growth Management Area. These trucks often choose to use the combined route of State Highway 14 (Mulberry/Jefferson St/Riverside) and US-287 (North College Avenue) to travel between northern Colorado and Laramie, Wyoming. Through truck traffic is also an issue in northern portions of Larimer County. More trucks now use County roads to cut over to US-287 to avoid increasingly congested roads within Fort Collins. City staff and the consultant team will continue work to develop, implement, and test the effectiveness of strategies to encourage long haul, through-truck traffic with no business in Fort Collins to use the Interstate 25/80 route as opposed to the currently favored SH-14/US-287 route favored by many truckers. Phase I of the study identified several non route-based strategies that could potentially re-route some of these trucks. Strategies include marketing/informational strategies directed at the trucking industry, increased use of technological innovations such as Weigh-In-Motion (Pre-Pass) and Variable Message Signs, and in limited applications, increased enforcement of noise ordinances (re: Air Brakes) and mobile weigh stations. This project will identify the most promising and feasible strategies, design and implement these strategies, then measure the effectiveness of the program versus the cost to implement and maintain it. Staff and the consultant team will work closely with the trucking industry, local and state enforcement agencies, and county, regional, and state transportation agencies. Overall project management will be the responsibility of City of Fort Collins Transportation Planning Staff. Key stakeholders representing affected trucking industry, law enforcement agencies, community and regional interests will be identified and incorporated into the project’s efforts. 22//99//00 00 Comprehensive marketing and outreach strategies and efforts towards the trucking industry will be a critical part of this project. The successful consultant firm or team will have a strong background in transportation and freight planning and engineering as well as marketing. Direct experience with trucking industry firms and representatives is highly desired. The successful consultant firm or team must also possess strong public involvement and conflict resolution and negotiation skills. Basic Overview of Tasks: The overall objective of the Consultant will be to assist in the identification, development, implementation and evaluation of incentive and enforcement strategies for the purpose of reducing or removing through (not local) truck traffic from within the City of Fort Collins current Growth Management Area. The following tasks should be included, but are not limited to: I. Preliminary Tasks/Project Overview • Project overview • Refine Scope of Work • Identification of key affected interests and stakeholders II. Identification of eligible and feasible Non Route-Based Strategies (NRBS) • Review relevant City, County, State and Federal laws and regulations, including the 1999 Ballot Initiative 200 language, to determine which NRB strategies are eligible for implementation. Other eligible strategies not identified by the Northern Colorado Truck Mobility/SH 14 Truck Route Relocation Project, Phase I (2001) study may be considered as well. • Identify and evaluate eligible NRB strategies to determine which strategies are most feasible to implement and test, as that provide the greatest potential for changing in truck driver route choice. III. Marketing outreach to the trucking industry • Develop and implement a marketing outreach program to the trucking industry, designed to affect a change in route assignment and selection and that highlights the benefits of using the Interstate 25/80 route. The Phase I final report made several suggestions as to potential marketing/informational strategies. The team will work closely with trucking industry representatives and interests to develop and implement this program. III. Technology/Physical strategies • Develop and implement physical strategies to encourage change in truck driver route choice. The Phase I report identified the possibility of using Variable Message Signs (VMS) to this end. Other eligible, feasible physical strategies may be considered as well. IV. Regulatory/Enforcement strategies • Work closely with enforcement agencies and the trucking industry to identify, develop, and implement feasible, eligible, and legal strategies to enforce existing requirements and regulations. Phase I identified limited applications to be considered. 22//99//00 00 • Investigate issues, options and opportunities to restricting truck traffic on specific non- highway City arterials. V. Measures of Effectiveness • Develop and implement criteria with which to measure and evaluate the relative effectiveness of these NRBS in effectuating a change in through truck travel in Fort Collins. • Obtain key background information such as traffic counts and incident rates on key highway, City and County roads to help measure before and after effects as a result of NRBS. • Obtain truck traffic data including Weigh In Motion (WIM) statistics from Fort Collins Port of Entry on I-25 and Wyoming Ports of Entry to help measure before and after effects as a result of NRBS. VI. Conclusions & recommendations for continued implementation of strategies • Prepare a written report detailing the process to identify, implement and test the selected NRBS. Emphasis will be given to the Measures of Effectiveness (MOEs) and their impact on solving this issue, complete with recommendations for continued implementation of the NRDS program. Support Materials: The Consultant shall provide comprehensive charts, maps, and other graphics and support materials relevant to this study. Electronic versions of project files and materials will be provided to the City of Fort Collins in compatible software formats (e.g. Microsoft Office, ESRI Arc View, TransCAD). Public Participation & Outreach Activities: The Consultant shall participate in all public involvement and outreach activities necessary to this study. This is a critical part of this project and it is expected that the Consultant will be prepared to invest a large amount of time and effort towards successful involvement of affected parties, special interests, and public agencies. These efforts are to include traditional public outreach activities such as open house events and newsletters, as well as non-traditional efforts such as a project web page, and trucking industry representative focus/advisory groups. A Technical Advisory Committee (TAC) will be comprised of staff from the City of Fort Collins and key agencies related to the project. This TAC will meet regularly with the consultant team and project management to provide guidance throughout the project. Media Outreach Activities: The Consultant shall participate and assist in contact with local, regional and state media outlets. Media contacts will be established early in the project. Print, radio, and television media will be included. Project overview information, schedule, and progress updates will be provided on a regular, scheduled basis. Updates and Briefings to Boards, Commissions, and Council: The Consultant shall participate in updates and briefings of the study progress and final recommendations as deemed necessary for this study. The Consultant should be prepared to 22//99//00 00 assist and participate in a minimum of three rounds of presentations/updates each to the City of Fort Collins Transportation Board and City Council. Presentations /updates may also be given to other interested boards, commissions, or outside agencies. Budget: The City of Fort Collins has allocated an adequate budget for this effort. This budget is intended to be sufficient to not only study and develop but to implement strategies and then test their relative effectiveness. Some strategies may be quite costly to implement. As such, prospective consultant teams are encouraged to be prudent with proposed budget allocations for the non- implementation aspects of this project. Note: The Consultant shall list all team members as well as an itemized budget for each task. Time Schedule and Work Product: Within 12 months of awarding the contract, a written report in “draft” form of the results shall be submitted to the City. In addition, a summary of the data and information collected as well as other work products shall be submitted. The Consultant will arrange for, and allow, adequate time for the City and other relevant agencies and interests to review the draft final report. The final report, which must address the City’s comments (if any), must be received by the City within thirty (30) days of the Consultant’s receipt of the City’s comments. Twenty (20) bound copies and an electronic version of the final report shall be delivered to the City. Project Coordination: The Consultant will be required to meet with the City Staff Project Manager regularly and provide monthly progress reports. Please direct all questions to: Mark Jackson Chief Transportation Planner City of Fort Collins Transportation Planning 22//99//00 00 Review and Assessment The successful proposer will address all of the tasks, issues, and products identified in their proposal, possess the requisite skills necessary to complete the project on time, and be motivated to work with staff, citizens and governing bodies to accomplish the goals and objectives associated with this project. Professional firms will be evaluated on the following criteria. These criteria will be the basis for review of the written proposals and interview session. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. WEIGHTING FACTOR QUALIFICATION STANDARD 2.0 Scope of Proposal Does the proposal show an understanding of the project objective, methodology to be used and results that are desired from the project? 2.0 Assigned Personnel Do the persons who will be working on the project have the necessary skills? Are sufficient people of the requisite skills assigned to the project? 1.0 Availability Can the work be completed in the necessary time? Can the target start and completion dates be met? Are other qualified personnel available to assist in meeting the project schedule if required? Is the project team available to attend meetings as required by the Scope of Work? 1.0 Motivation Is the firm interested and are they capable of doing the work in the required time frame? 2.0 Cost and Work Hours Do the proposed cost and work hours compare favorably with the project Manager's estimate? Are the work hours presented reasonable for the effort required in each project task or phase? 2.0 Firm Capability Does the firm have the support capabilities the assigned personnel require? Has the firm done previous projects of this type and scope? 0033 Reference evaluation (Top Ranked Firm) The project Manager will check references using the following criteria. The evaluation rankings will be labeled Satisfactory/Unsatisfactory. QUALIFICATION STANDARD Overall Performance Would you hire this Professional again? Did they show the skills required by this project? Timetable Was the original Scope of Work completed within the specified time? Were interim deadlines met in a timely manner? Completeness Was the Professional responsive to client needs; did the Professional anticipate problems? Were problems solved quickly and effectively? Budget Was the original Scope of Work completed within the project budget? Job Knowledge a) If a study, did it meet the Scope of Work? b) If Professional administered a construction contract, was the project functional upon completion and did it operate properly? Were problems corrected quickly and effectively? 0033 PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT made and entered into the day and year set forth below, by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and _____, [insert either a corporation, a partnership or an individual, doing business as____________], hereinafter referred to as "Professional". WITNESSETH: In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1. Scope of Services. The Professional agrees to provide services in accordance with the scope of services attached hereto as Exhibit "A", consisting of _____ (_____) page[s], and incorporated herein by this reference. 2. The Work Schedule. [Optional] The services to be performed pursuant to this Agreement shall be performed in accordance with the Work Schedule attached hereto as Exhibit "B", consisting of _____ (_____) page[s], and incorporated herein by this reference. 3. Time of Commencement and Completion of Services. The services to be performed pursuant to this Agreement shall be initiated within _____ (_____) days following execution of this Agreement. Services shall be completed no later than _____. Time is of the essence. Any extensions of the time limit set forth above must be agreed upon in writing by the parties hereto. 4. Early Termination by City. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of termination to the Professional. Such notice shall be delivered at least fifteen (15) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following addresses: Professional: City: With Copy to: 0033 In the event of any such early termination by the City, the Professional shall be paid for services rendered prior to the date of termination, subject only to the satisfactory performance of the Professional's obligations under this Agreement. Such payment shall be the Professional's sole right and remedy for such termination. 5. Design, Project Indemnity and Insurance Responsibility. The Professional shall be responsible for the professional quality, technical accuracy, timely completion and the coordination of all services rendered by the Professional, including but not limited to designs, plans, reports, specifications, and drawings and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. The Professional shall indemnify, save and hold harmless the City, its officers and employees in accordance with Colorado law, from all damages whatsoever claimed by third parties against the City; and for the City's costs and reasonable attorneys fees, arising directly or indirectly out of the Professional's negligent performance of any of the services furnished under this Agreement. The Professional shall maintain commercial general liability insurance in the amount of $500,000 combined single limits, and errors and omissions insurance in the amount of ___________. 6. Compensation. [Use this paragraph or Option 1 below.] In consideration of the services to be performed pursuant to this Agreement, the City agrees to pay Professional a fixed fee in the amount of _____ ($_____) plus reimbursable direct costs. All such fees and costs shall not exceed _____ ($_____). Monthly partial payments based upon the Professional's billings and itemized statements are permissible. The amounts of all such partial payments shall be based upon the Professional's City-verified progress in completing the services to be performed pursuant hereto and upon the City's approval of the Professional's actual reimbursable expenses. Final payment shall be made following acceptance of the work by the City. Upon final payment, all designs, plans, reports, specifications, drawings, and other services rendered by the Professional shall become the sole 0033 property of the City. 6. Compensation. [Option 1] In consideration of the services to be performed pursuant to this Agreement, the City agrees to pay Professional on a time and reimbursable direct cost basis according to the following schedule: Hourly billing rates: _____ Reimbursable direct costs: _____ with maximum compensation (for both Professional's time and reimbursable direct costs) not to exceed _____ ($_____). Monthly partial payments based upon the Professional's billings and itemized statements of reimbursable direct costs are permissible. The amounts of all such partial payments shall be based upon the Professional's City-verified progress in completing the services to be performed pursuant hereto and upon the City's approval of the Professional's reimbursable direct costs. Final payment shall be made following acceptance of the work by the City. Upon final payment, all designs, plans, reports, specifications, drawings and other services rendered by the Professional shall become the sole property of the City. 7. City Representative. The City will designate, prior to commencement of work, its project representative who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to the City Representative. 8. Project Drawings. [Optional] Upon conclusion of the project and before final payment, the Professional shall provide the City with reproducible drawings of the project containing accurate information on the project as constructed. Drawings shall be of archival quality, prepared on stable mylar base material using a non-fading process to prove for long storage and high quality reproduction. 9. Monthly Report. Commencing thirty (30) days after the date of execution of this Agreement and every thirty (30) days thereafter, Professional is required to provide the City Representative with a written report of the status of the work with respect to the Scope of Services, Work Schedule, and other material information. Failure to provide any required monthly report may, at 0033 the option of the City, suspend the processing of any partial payment request. 10. Independent Contractor. The services to be performed by Professional are those of an independent contractor and not of an employee of the City of Fort Collins. The City shall not be responsible for withholding any portion of Professional's compensation hereunder for the payment of FICA, Workers' Compensation, other taxes or benefits or for any other purpose. 11. Personal Services. It is understood that the City enters into this Agreement based on the special abilities of the Professional and that this Agreement shall be considered as an agreement for personal services. Accordingly, the Professional shall neither assign any responsibilities nor delegate any duties arising under this Agreement without the prior written consent of the City. 12. Acceptance Not Waiver. The City's approval of drawings, designs, plans, specifications, reports, and incidental work or materials furnished hereunder shall not in any way relieve the Professional of responsibility for the quality or technical accuracy of the work. The City's approval or acceptance of, or payment for, any of the services shall not be construed to operate as a waiver of any rights or benefits provided to the City under this Agreement. 13. Default. Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either party should fail or refuse to perform according to the terms of this agreement, such party may be declared in default. 14. Remedies. In the event a party has been declared in default, such defaulting party shall be allowed a period of ten (10) days within which to cure said default. In the event the default remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail himself of any other remedy at law or equity. If the non-defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non-defaulting party for the non-defaulting party's reasonable attorney fees and costs incurred because of the default. 15. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire agreement between the parties and shall be binding upon said parties, their officers, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal 0033 representatives, successors and assigns of said parties. 16. Law/Severability. The laws of the State of Colorado shall govern the construction, interpretation, execution and enforcement of this Agreement. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such holding shall not invalidate or render unenforceable any other provision of this Agreement. 0033 17. Special Provisions. [Optional] Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit "_", consisting of _____ (_____) page[s], attached hereto and incorporated herein by this reference. THE CITY OF FORT COLLINS, COLORADO By: _________________________________ John F. Fischbach City Manager By: _________________________________ James B. O'Neill II, CPPO, FNIGP Director of Purchasing & Risk Management DATE: ______________________________ ATTEST: _________________________________ City Clerk APPROVED AS TO FORM: _________________________________ Assistant City Attorney [Insert Professional's name] or [Insert Partnership Name] or [Insert individual's name] Doing business as ____[insert name of business] By: __________________________________ Title: _______________________________ CORPORATE PRESIDENT OR VICE PRESIDENT Date: _______________________________ ATTEST: _________________________________ (Corporate Seal) Corporate Secretary