Request for Qualifications (RFQ)

Professional Engineering Services

REPLACEMENT OF THE BARRE STREET PIPE-ARCH CULVERT (BR 1)

Contact:Thomas McArdle, Assistant Director of Public Works

City of Montpelier

Department of Public Works

39 Main Street – City Hall

Montpelier, Vermont 05602

Ph: 802-223-9508 Fax: 802-223-9524

E-mail:

RFQIssue Date:March 30, 2012

RFQ Response Deadline:2:00 pm, Friday, April 20, 2012

Introduction

The City of Montpelier, Vermont, through itsDepartment of Public Works, (City)is requesting Statements of Qualifications (SOQs) from professional engineering firms (Consultants) for engineering services for the Replacement of a Pipe-Arch (9’ 6” x 6’ 5”) Culvert carrying the Blanchard Brook under Barre Street. Barre Street is categorized as a Federal Aid Urban (FAU), Class II Urban Collector and is a town-owned highway right-of-way bearing highway number TH-10.

The City is seeking a Consultant with expertise in timely permitting, highway and stormwater systems design, engineering and construction,and to develop plans, specifications and estimate (PS&E) for a suitable replacement precast concrete bridge structure or similar bridge system. The culvert was severely damaged as a result of Tropical Storm Irene,requiring immediate replacement,and the City has set a target date that a new bridge be functional and restoration work completed by no later than November 16, 2012.

The procurement process for Consultant selection will be a Qualifications Based Selection (QBS). We are not seeking a detailed scope of work but would like to understand the Consultant’s approach to allow the City to attain beneficial use of the bridge by the self-established deadline. The successful Consultant will be selected based upon their demonstrated ability to provide the highest qualified team to achieve the goals of the project through SOQ and possible interview with the selection committee.

Project Development

Through a standard grant agreement between the City and the Vermont Agency of Transportation (VTrans) acting on behalf of theFederal Highway Administration (FHWA), the City will be managing this project using FHWA Emergency Repair (ER) funds of approximately $405,000.00 for PE, ROW and construction.

The owner of the project is the City, and the sole authority for Consultant services during the project rests with the governing body of City of Montpelier including its City Council and City Manager. Thomas McArdle, Assistant Director of Public Works, whose office is located at City Hall, 39 Main Street,Montpelier, VT 05602(email ),will serve as the Project Managerand liaison throughout the project development process.

The project will be developed according to the guidelines established by VTrans contained in the manual titled FHWA Emergency Relief Program Information.

Project Requirements

All work will be accomplished in accordance with the following:

  • VTrans CADD Manual which specifies the use of MicroStationor AutoCAD formats will be acceptable. The City prefers AutoCAD, 2009.
  • VTrans Specifications for Consultant Services
  • VTrans General Special Provisions as contained in the FHWA Emergency Relief Program Information, of December 8, 2011.

Project Description

The purpose of the project is to replace the existing corrugated metal culvert installed in 1982 with a new pre-cast box culvert of approximately 144’ in length. The culvert is situated within the public highway right-of-way of Barre Street and an adjoining easement. The project site is located entirely within the Montpelier City limits,being approximately 0.92 miles east of the Main Street (VT Route 12)/Barre Street intersection.

The City anticipates that the Consultant will assist the City in completing and obtaining all applicable project approvals and permits consisting of the appropriate NEPA document (CE,EA or EIS), ROW clearances, hydraulics,stream alteration permit, and “Plans, Specifications and Estimate” (PS&E)with authorization of project funding and procurement of construction services. The Consultant will also participate in construction phase services (resident project representative) as allowed by FHWA guidelines.

The Project will include:

a)Demolition of the existing bridge/culvert.

b)Provisions to address the municipal water and wastewater (force main) utilities located within the road bed at the culvert crossing, including the period while the bridge is under construction, and all applicable replacement/reconstruction design provisions and specifications to the extent necessary to replace the failing culvert.

c)Construction of a new box culvert along the existing alignment, or as necessary, with adequate headwalls to manipulate proper flow within the skewed inlet and outlet stream channel approaches.

d)Stream channel restoration, erosion, and flow control and stabilization as necessary and appropriate for the intended culvert replacement.

e)Road and property restoration (public and private) of all project impacted areas, andrestoration of appurtenant storm drainage infrastructure, including culverts, structures, ditches, etc.

The Consultant’s work will include but is not limited to the following:

  1. Determination of the appropriate theoretical design storm for the culvert (bridge) dimensional and alignment (vertical and horizontal) basis of design. The Consultant is directed to review a preliminary hydraulic study prepared by Leslie Russell, PE, Hydraulics Project Engineer, VTrans Hydraulics Unit, submitted to Tom Anderson, District Project Engineer, District #6, and dated November 5, 2011 (copy attached).
  2. Evaluation of proper stream channel alignment to include the determination of appropriate channel armoring to guard against erosive open channel velocities with consideration given to the bank-full condition.
  3. Coordination of review and design approval with the Agency of Natural Resources, River Management Engineer (Patrick J. Ross, PE, - Email:) and the ANR Fisheries Biologist if recommended or required by the River Management Engineer.
  4. Determination of all applicable local, state and federal permitting requirements and as required for a Federal Aid project. Guide and assist the City with securing any required permits. This may include but is not limited to stream alteration, wetlands, Army Corps of Engineers, archaeological/historical, CE, and Construction General Permit.
  5. Coordination with the respective utilities in regard to any construction and final design impacts concerning existing buried or overhead electric, telephone and cable TV lines.
  6. Coordination of review with VTrans Rail Division concerning design and construction elements. A portion of the culvert (bridge) lies within an inactive and temporarily abandoned railroad bed. This shall include a determination of whether the City and/or Contractor must obtain any special railroad related insurance for the project.
  7. Design for the restoration of appurtenant storm drainage infrastructure including culverts, structures, ditches, etc.
  8. Development of plans, specifications and estimate for the restoration of the roadway to include the determination and application of the appropriate roadway typical section, pavement structure design, safety elements, and proper approach construction limits.

Several key elements important to this project are:

  1. The ability to establish, guide and attain project milestones in order to open the bridge for traffic by November 16, 2012.
  2. Coordination of work with the adjacent property owners is essential. The adjacent so-called “Sabin’s Pasture” is being considered for development by the property owner. The Consultant must limit the professional services to the project intent defined as the emergency permanent repairs of a damaged eligible facility, but shall give reasonable consideration to the concerns, plans, and ideas of the property owners. The extent of this involvement and actual scope of work will be determined upon consultation with the property owner and the VTrans project manager.
  3. The Consultant shall give reasonable consideration to exterior design aesthetics appropriate for the facility and location, to include landscaping restoration and screening if applicable and deemed to be necessary.

History of the Project

The site of the Barre Street culvert, as it presently exists, represents a consolidation of two non-aligned bridges that formerly occupied the site. Prior to the installation of the metal pipe arch culvert in 1982, there was an upstream railroad bridge and a concrete bridge structure within the roadway. Additionally, the stream flowed between the two structures passing through severe horizontal alignment changes within a channel bordered by fieldstone walls. The culvert is otherwise situated at the edge of a pasture with gently rising slopes where there was no apparent topographical reason for the previous unconventional man-made alignment deviations.

The adjacent railroad corridor has not been in service since the early 1900’s and is believed to have been known as the Montpelier & Wells River Railroad. The adjacent so-called “Sabin’s Pasture” once contained a working slate quarry, the remnants of which remain visible. The railroad provided a spur siding used for transporting the quarried stone.

Qualifications Based Selection Process

Engineering services for this project will be procured through a Qualifications Based Selection (QBS) process as determined by the Brooks Act (Public Law 92-582). This Request for Qualifications (RFQ) is a solicitation for a Statement of Qualifications (SOQ) from qualified firms. We are not seeking a scope of work or cost proposal at this time. For more information about the QBS process, please refer to the FHWA Emergency Relief Program Information manual dated 12/08/2011.

Submission Requirements

Statement of Qualifications (SOQ) should be a narrative proposal that best represents your firm’s qualifications to perform planning, permitting, design and engineering services for the Replacement of the Barre Street Pipe-Arch Culvert (BR 1). SOQ’s should include the proposed project team, technical abilities, a list of LTF and FHWA projects completed by members of the project team, references, a proposed schedule, and any other information that demonstrates that you have the ability to attain the City’s deadline of passing traffic over the new bridge by November, 2012. SOQ’s should also include provisions for archaeological and historic review components of the project and qualifications of all proposed sub-consultants. SOQ’s shall be no more than 25 pages long. Number all pages consecutively.

All Statements of Qualification will become the property of the City upon submission.

Submission Schedule

Consultant shall submit six hard (6) copies and one (1) electronicversion of the Statement of Qualificationsto:

PAPER COPIESELECTRONIC COPY

City of MontpelierThomas McArdle –

Department of Public Works

39 Main Street – City Hall

Montpelier, Vermont 05602

Attn: Thomas McArdle

Submittals of Statements of Qualifications shall be placed in an envelope, clearly marked with the following information:

  1. Name and address of prime consultant.

2Project Name:“Replacement of the Barre Street Pipe-Arch Culvert (BR 1)”

NOTE: IF ANY OF THE ABOVE REQUIREMENTS ARE NOT MET, THE CITY RESERVES THE RIGHT TO NOT CONSIDER THE PROPOSALS.

All Statements of Qualifications must be received no later than2:00 pm on Friday,April20 2012. Submittals and/or modifications received after this time will not be accepted or reviewed. No FAXes will be accepted.

Questions about the project should be directed to Thomas McArdle at the above address or at:

Telephone:(802) 223-9508

FAX:(802) 223-9524

E-mail:

Other than for very routine questions, all questions will be answered in writing and distributed to all prospective Consultants. If you wish to receive responses to questions more expeditiously, please provide your e-mail address to Thomas McArdle.

Notice - Under Vermont’s Open Records law, all e-mail and e-mail attachments received or prepared for use in matters concerning City business or containing information relating to City business are likely to be regarded as public records which may be inspected by any person upon request, unless otherwise made confidential by law.

Site Visit

A non-mandatory site visit is scheduled for Thursday, April 12, 2012 at 9:00 am at the project site. Limited parking is available.

Selection

The Selection Committee consists of the Director, Assistant Director, and Project Engineer for the Department of Public Works, a City Planner,and may include the City Manager depending on his availability. They will review and evaluate each Statement of Qualifications based on the criteria below. Consultants will then be ranked accordingly. The Selection Committee may interview the top three responding Consultants if deemed necessary in order to choose the highest qualified Consultant. Upon completion of any interviews, a scope of work and fee proposal will be required and negotiations will begin with the top-ranked Consultant. If a scope of work and fee cannot be agreed upon within a reasonable time, negotiations with the top-ranked Consultant will conclude and negotiations with the second-ranked Consultant will be initiated. If a satisfactory contract is not achieved with this Consultant, then this procedure will be continued until a mutually satisfactory contract is negotiated.

Criteria for Selection

The following criteria, as a minimum, will be used to evaluate qualifications:

MAXIMUM WEIGHTED

REVIEW CriteriaWeight Points Total

1. Demonstrated Understanding of the Project3515

2. Knowledge of the Project Area2510

3. Availability of Technical Disciplines2510

4. Qualifications/Experience of Proposed Staff4520

5. Past Performance Meeting Schedules & Budgets4520

6. Past Performance on Similar FHWA Projects3515

7.Knowledge of Federal & State Standards,2510

Requirements and Policies

TOTAL 100

Contract Requirements

The Consultant, prior to being awarded the contract, shall apply for registration with the Vermont Secretary of State’s Office to do business in the State of Vermont, if not already registered. The contract will not be executed until the Consultant is registered with the Secretary of State’s Office. The successful Consultant will be expected to execute sub-agreements for each sub-consultant named in the proposal upon award of this contract.

A completed copy of VTrans Form AF38 also will be required prior to being awarded a contract. Please see Section two on page F-2 of Form AF38 for reporting requirements. PLEASE NOTE THAT IF THE DOCUMENTS ARE CURRENT AND ON FILE WITH THE AGENCY, DO NOT RESUBMIT THEM. A LETTER INDICATING THE DOCUMENTS ARE ON FILE WITH THE AGENCY WILL BE SUFFICIENT. Please note in the SOQ if this information is on file with VTrans.

All prospective consultants and sub-consultants must be on the VTrans qualified list, or found eligible for addition to this list.

The Consultant awarded this contract shall be responsible for furnishing the City with independently prepared, properly supported, indirect cost rates in accordance with the cost principles contained in 48 CFR Part 31 for all time periods covered by the contract.

It is expected that all Consultants will make good faith efforts to solicit DBE sub-consultants.

Insurance Requirements

Prior to signing a contract with the City of Montpelier, the Consultant shall obtain Insurance Coverage in accordance with the Local Transportation Facilities Guidebook (CONSULTANT CONTRACT ATTACHMENT: CONTRACT PROVISIONS). The certificate of insurance coverage shall be documented on forms acceptable to the City of Montpelier. The Consultant is responsible to verify that:

(a)All sub-consultants, agents or workers meet the minimum coverage and limits plus maintain current certificates of coverage for all sub-consultants, agents and workers;

(b)All coverage shall include adequate protection for activities involving hazardous materials;

(c)All work activities related to the agreement shall meet minimum coverage and limits.

No warranty is made that the coverage and limits listed herein are adequate to cover and protect the interests of the Consultant for the Consultant's operations. These are solely minimums that have been developed and must be met to protect the interests of the City.

Appeal Process

If any Consultant is aggrieved by the proposed award of the contract, he or she may appeal in writing to the Montpelier City Council, in care of William J. Fraser, City Manager, City of Montpelier,City Hall, 39 Main Street, Montpelier, VT 05602. The appeal must be post-marked within fourteen (14) calendar days following the date of written notice to award the contract. Any decision of the City Council is final.

General

All Statements of Qualifications will become the property of the City of Montpelier upon submission. The expense of preparing, submitting and presenting is the sole responsibility of the Consultant. The City reserves the right to reject any and all Statements of Qualifications received as a result of this solicitation, to waive any formality and any technicalities or to cancel this RFQ in part or in its entirety if it is in the best interests of the City. This Request for Qualifications in no way obligates the City to award a contract.

Replacement of Barre St Culvert- RFQPage 1 of 5

March 30, 2012