Loading...
HomeMy WebLinkAboutRFP - P996 DOWNTOWN RIVER DISTRICTAdministrative Services Purchasing Divison 215 North Mason Street y 2nd Floor y P.O. Box 580 y Fort Collins, CO 80522-0580 y (970) 221-6775 y Fax (970) 221-6707 www.fcgov.com REQUEST FOR PROPOSAL P996 Downtown River District Improvement Project The City of Fort Collins and the Downtown Development Authority (DDA) are requesting proposals from a consulting firm or team to address the tasks necessary to provide the City and DDA with a conceptual design for the Downtown River District Improvement Project. Written proposals, seven (7) 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), August 31, 2005. Proposal No. P996. 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. All questions concerning the scope of the project should be directed to Project Manager, Kathleen Bracke, (970) 224-6140 kbracke@fcgov.com . Questions regarding proposals submittal or process should be directed to John D. Stephen, CPPO, CPPB, Senior Buyer (970) 221-6777. A copy of the Proposal may be obtained as follows: 1. Download the Proposal/Bid from the BuySpeed Webpage, https://secure2.fcgov.com/bso/login.jsp 2. Come by Purchasing at 215 North Mason St., 2nd floor, Fort Collins, and request a copy of the Bid. 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 REQUEST FOR PROPOSAL P996 City of Fort Collins & Downtown Development Authority DOWNTOWN RIVER DISTRICT IMPROVEMENT PROJECT The City of Fort Collins and the Downtown Development Authority (DDA) are requesting proposals from a consulting firm or team to address the tasks necessary to provide the City and DDA with a conceptual design for the Downtown River District Improvement Project. The successful firm/team 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 within the established budget, and be motivated to work with staff, citizens, and governing bodies to accomplish the goals and objectives associated with this project. The budget for this project is sufficient to cover the costs to perform the tasks necessary to complete this project. Tasks include, but are not limited to, those outlined in the attached preliminary Scope of Work. Cost will be an important element in selecting the successful firm/team to be awarded a contract through this Request For Proposals (RFP) process. A pre-proposal meeting will be held August 22, 2005 at 10 a.m. , 215 N. Mason, north end, in the Community Room. Proposals are due at the City of Fort Collins Purchasing Department at 3:00 p.m. (our clock) on August 31, 2005. Oral Interviews/presentations for the top three firms/teams are expected to be held the week of September 12, 2005 with work beginning on or around October 1, 2005. PHASE 1 I. Introduction The City of Fort Collins (City) and the Downtown Development Authority (DDA) are seeking professional consulting services to design the Downtown River District Improvement Project – Phase 1. This project is jointly funded by the DDA and the City. The DDA and the City’s Transportation, Advance Planning, Natural Resources, and Utility departments have jointly initiated this project to address the lack of sufficient public infrastructure to support infill development and redevelopment in the Downtown River Corridor area. This first phase of the Downtown River District Improvement project includes detailed design/preliminary engineering and cost estimating of needed transportation and utility improvements for the area including Jefferson, Willow, Lincoln and Linden streets. The ultimate goal of the Downtown River District Improvement Project is to move forward with the implementation of the recommended improvements based on the various planning projects and studies completed for this area over recent years. Most of the implementation, including construction of the identified infrastructure improvements, will be accomplished in the future by private development and/or redevelopment projects within the district. The transportation and utility improvements that come about through this project will help this area achieve the visions and goals set forth by the previous City Plan, Downtown River Corridor Implementation Program, and Downtown Strategic Plan efforts completed over the last several years. It is particularly important for this project to design the improvements so that this district becomes a more attractive activity area. Pedestrian safety, connectivity, and comfort needs to be enhanced, as well as parking availability increased, and traffic circulation improved within this district. The design must also address important transportation and utility linkages between this district, downtown, and the surrounding areas. Special attention will be made to a streetscape that reinforces the pedestrian orientation of buildings and reflects the history of the area. This Downtown River District Improvement project will determine and design improvements to support existing conditions as well as provide a framework for future development within this important area of Downtown Fort Collins. This project specifically addresses many of the high priority projects listed in the Downtown River Corridor Implementation Program report: 1. Linden, Willow, and Lincoln Streetscape Improvements (1st priority) 2. Linden/Jefferson intersection project. (1st priority) 3. Lincoln Avenue Bridge – part of streetscape improvements (1st priority) 4. Jefferson/Riverside Streetscape Improvements, portion along Jefferson only (1st priority) 5. Linden/Willow Urban Design Features (2nd priority) 6. Gateway Features (3rd priority) II. Proposed Tasks for Phase 1 – Downtown River District Improvement Project The following is an outline of a general scope of work. The consultant firm/team should expand the description of each of the tasks listed below. Additional tasks that the consultant firm/team determines necessary to assure a good product should be added to this list. ♦ Document/compile existing conditions for the project area. City to provide survey information, aerial mapping, existing traffic counts and future traffic projections as well as recent accident data, stormwater and other City utility information, historic property survey information, and other data/informational sources. ♦ Using the Downtown River Corridor Implementation Program and other recent applicable projects such as City Plan and the Downtown Strategic Plan as a guide, develop detailed engineering drawings and cost estimates for the streetscape/roadways and utility improvements throughout this district. ♦ Utility planning and design will be completed in-house by the City of Fort Collins Utility Service Area. The successful consulting team is required to coordinate closely with the Fort Collins Utility design staff and include their findings and designs into the overall report, plans, and cost estimates. Storm drainage modeling will be provided by the City of Fort Collins Utility Service Area staff and provided to the consultant firm/team. ♦ Design will need to address specific street widths, alignment, location, grade, surface treatment, on-street & off-street parking, streetscape/landscape, and lighting features, plus resolve railroad, drainage, utility, natural features, and environmental issues. The improvements need to address all modes of transportation. Conduct street design, drainage, environmental, and geotechnical analysis for evaluation of improvement options, including coordination with the EPA brownfields project that is currently in progress. ♦Intersection plans are needed to determine extent of improvements for Jefferson/Linden, Jefferson/Lincoln, Willow/Linden, and Willow/Lincoln. ♦Design of the preferred option(s) should address interim and ultimate levels of improvements and include detailed cost estimates and a recommended phasing process as well as potential funding strategies for construction. ♦ Continue to offer an extensive public involvement process, including potentially affected interests such as the property and business owners within the project area, multiple City departments, City’s Transportation Board and Planning & Zoning Board (others as appropriate), City Council, Downtown Development Authority, Downtown Business Association, Colorado Department of Transportation, railroad companies, and private utility companies. III. Project Timeline This design/preliminary engineering phase of the project is planned to begin in Fall 2005 and be completed by Spring 2007. Following the completion of the design phase for this project, the DDA, City, and other project partners will make these design/engineering documents available to other public and private interests in order to help them proceed with their development projects, including construction of the infrastructure improvements. Construction of the infrastructure improvements will be completed in conjunction with the timing of development/redevelopment projects within the Downtown River District. IV. Product The product of this proposed project will be an agreed upon “blue print” report to assist future public and private improvements and development in the Downtown River District. This design/engineering project will bring all of the various infrastructure needs together into a package that is workable and alleviates the uncertainties associated older areas of the community. In addition to the street and utility design drawings, products would include: ♦ Transportation/parking analysis and transportation impact study for all modes ♦ Streetscape/Landscape plan ♦ Drainage report ♦ Pavement design and geotechnical report ♦ Utility locates including potholing where precise locates are needed ♦ Utility coordination and design approvals by all utility service providers V. Reference Plans & Policies: 1. City of Fort Collins “Downtown River Corridor Implementation Program” (2000) 2. City of Fort Collins “City Plan”, (1997, to be updated in 2003/04) 3. City of Fort Collins “Master Street Plan” (2003) 4. City of Fort Collins & CDOT “Jefferson Street/Riverside Avenue (SH14) Access Management Plan”, (2000) 5. The new “Larimer County Urban Area Street Standards”, (2001). 6. City of Fort Collins “Multimodal Transportation Level of Service Criteria” (1997) 7. City of Fort Collins “Pedestrian Plan” (1996) and“Bicycle Program Plan” (1995) 8. North Front Range Transportation & Air Quality Planning Council and CDOT “Transportation Alternatives Feasibility Study”, (1999) 9. City of Fort Collins “Brownfields Study” (2001) 10. City of Fort Collins “North College Avenue Improvement Project – Phase 1”, (completed 2004) 11. City of Fort Collins “Downtown Plan”, “Downtown Strategic Plan”, &“Parking Plan” (updated 2004) VI. Consultant Selection Process & Project Schedule ♦ RFP Submittal – August 31, 2005 ♦ Selection of a short list of 2-5 qualified consulting firms/teams – September 2, 2005 ♦ Conduct Interviews – week of September 12, 2005 ♦ Select & Notify Consultant – September 19, 2005 ♦ Project Begins – October 2005 ♦ Project Completed – March 2007 ♦ Right-of-Way Acquisition & Construction of Phase I Improvements– schedule for this phase of the project depends upon future funding commitments and will be addressed through a future bid process and is not included in this RFP. VII. Contact Information Project Co-Managers: Kathleen Bracke Senior Transportation Planner City of Fort Collins’ Transportation Planning Office 215 N. Mason Street Fort Collins, Colorado 80522-0580 Phone (970) 224-6140 Fax (970) 221-6239 E-mail: kbracke@fcgov.com Chip Steiner Executive Director Downtown Development Authority 19 Old Town Square, Suite 230 Fort Collins, Colorado 80524 Phone (970) 484-2020 E-mail: steinco@frii.com VIII. Review and Assessment 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? 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? 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: 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 _____ ($_____). Monthly partial payments based upon the Professional's billings and itemized statements are permissible. The amounts of all such partial payments shall be based upon the Professional's City-verified progress in completing the services to be performed pursuant hereto and upon the City's approval of the Professional's actual reimbursable expenses. Final payment shall be made following acceptance of the work by the City. Upon final payment, all designs, plans, reports, specifications, drawings, and other services rendered by the Professional shall become the sole property of the City. 6. Compensation. [Option 1] In consideration of the services to be performed pursuant to this Agreement, the City agrees to pay Professional on a time and reimbursable direct cost basis according to the following schedule: Hourly billing rates: _____ Reimbursable direct costs: _____ with maximum compensation (for both Professional's time and reimbursable direct costs) not to exceed _____ ($_____). 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. 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, prepared on stable mylar base material using a non-fading process to provide for long storage and high quality reproduction. "CD" disc of the as-built drawings shall also be submitted to the owner in and AutoCAD version no older then the established city standard. 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 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 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. 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: _________________________________ 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 Administrative Services Purchasing Divison 215 North Mason Street y 2nd Floor y P.O. Box 580 y Fort Collins, CO 80522-0580 y (970) 221-6775 y Fax (970) 221-6707 www.fcgov.com REQUEST FOR PROPOSAL P996 Downtown River District Improvement Project The City of Fort Collins and the Downtown Development Authority (DDA) are requesting proposals from a consulting firm or team to address the tasks necessary to provide the City and DDA with a conceptual design for the Downtown River District Improvement Project. Written proposals, seven (7) 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), August 31, 2005. Proposal No. P996. 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. All questions concerning the scope of the project should be directed to Project Manager, Kathleen Bracke, (970) 224-6140 kbracke@fcgov.com . Questions regarding proposals submittal or process should be directed to John D. Stephen, CPPO, CPPB, Senior Buyer (970) 221-6777. A copy of the Proposal may be obtained as follows: 1. Download the Proposal/Bid from the BuySpeed Webpage, https://secure2.fcgov.com/bso/login.jsp 2. Come by Purchasing at 215 North Mason St., 2nd floor, Fort Collins, and request a copy of the Bid. 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