Loading...
HomeMy WebLinkAboutJewell Associates Engineers, Inc (parking lot inspections) C&-LL AGREEMENT THIS AGREEMENT, made on the a) day of June, 2010, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and JEWELL ASSOCIATES ENGINEERS, INC., 310 East Jackson Street, Wisconsin Rapids, WI 54494, hereinafter referred to as the CONSULTANT, WITNESSETH: That the City and the Consultant, for the consideration hereinafter named, agree as follows: ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The Consultant shall assign the following individual to manage the project described in this contract: Anthony A. Kemnitz, P.E., PTOE B. Changes in Project Manager. The City shall have the right to approve or disapprove of any proposed change from the individual named above as Project Manager. The City shall be provided with a resume or other information for any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. ARTICLE II. CITY REPRESENTATIVE The City shall assign the following individual to manage the project described in this contract: Christopher Strong, Director of Transportation ARTICLE III. SCOPE OF WORK The Consultant shall provide engineering and consulting services required to successfully assess the pavement condition of and develop a pavement management program for a number of municipal parking lots within the City of Oshkosh. The scope of services is described in more detail in the Request for Proposals (RFP) document, and in the Consultant's proposal. Where these documents may conflict, this agreement and the RFP shall be in control. The Consultant may provide additional products and /or services if such products /services are requested in writing by the Authorized Representative of the City. All reports, drawings, specifications, computer files, field data, notes and other 1 documents and instruments prepared by the Consultant as instruments of service shall remain the property of the City. ARTICLE IV. CITY RESPONSIBLITIES The City shall furnish, at the Consultant's request, such information as is needed by the Consultant to aid in the progress of the project, providing it is reasonably obtainable from City records. To prevent any unreasonable delay in the Consultant's work the City will examine all reports and other documents and will make any authorizations necessary to proceed with work within a reasonable time period. ARTICLE V. TIME OF COMPLETION The work to be performed under this contract shall be completed by August 20, 2010. The Consultant shall perform the services under this agreement with reasonable diligence and expediency consistent with sound professional practices. The City agrees that the Consultant is not responsible for damages arising directly or indirectly from any delays for causes beyond the Consultant's control. For the purposes of this agreement, such causes include, but are not limited to, strikes or other labor disputes; severe weather disruptions or other natural disasters, failure of performance by the City, or discovery of any hazardous substances or differing site conditions. If the delays resulting from any such causes increase the time required by the Consultant to perform its services in an orderly and efficient manner, the Consultant shall be entitled to an equitable adjustment in schedule. ARTICLE VI. PAYMENT A. The Contract Sum. The City shall pay to the Consultant for the performance of the contract the total sum of $35,485, adjusted by any changes as provided in the General Conditions, or any changes hereafter mutually agreed upon in writing by the parties hereto. In the event it is necessary to conduct supplemental pavement (subsurface) investigation for this project, the City shall pay to the Consultant up to $3,720 for work to be done by Nummelin Testing, according to the proposal they submitted to the Consultant on June 4, 2010 (proposal number 1473001_pro). B. Method of Payment. The Consultant shall submit itemized monthly statements for services. The City shall pay the Consultant within 30 calendar days after receipt of such statement. If any statement amount is disputed, the City may withhold payment of such amount and shall provide to Consultant a statement as to the reason(s) for withholding payment. Unless the invoice is disputed, the invoice will be deemed past due if payment in full is not made within 30 days from due date. In this case, the invoice may bear interest at 1.5% of the past due amount per month. C. Additional Costs. Costs for additional services shall be negotiated and set forth 2 in a written amendment to this agreement executed by both parties prior to proceeding with the work covered under the subject amendment. ARTICLE VII. CONSULTANT TO HOLD CITY HARMLESS The Consultant covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims and demands of any kind or character whatsoever which may in any way be caused by or result from the intentional or negligent acts of the Consultant, his agents or assigns, his employees or his subcontractors related however remotely to the performance of this Contract or be caused or result from any violation of any law or administrative regulation, and shall indemnify or refund to the City all sums including court costs, attorney fees and punitive damages which the City may be obliged or adjudged to pay on any such claims or demands within thirty (30) days of the date of the City's written demand for indemnification or refund. ARTICLE VIII. INSURANCE The Consultant shall comply with the City's Insurance Requirements as stated on attached Exhibit "A ". ARTICLE IX. TERMINATION A. For Cause. If the Consultant shall fail to fulfill in timely and proper manner any of the obligations under this Agreement, the City shall have the right to terminate this Agreement by written notice to the Consultant. In this event, the Consultant shall be entitled to compensation for any satisfactory, usable work completed. B. For Convenience. The City may terminate this contract at any time by giving written notice to the Consultant no later than 10 calendar days before the termination date. If the City terminates under this paragraph, then the Consultant shall be entitled to compensation for any satisfactory work performed to the date of termination. This document and any specified attachments contain all terms and conditions of the Agreement and any alteration thereto shall be invalid unless made in writing, signed by both parties and incorporated as an amendment to this Agreement. 3 In the Presence of: CONSULTANT a 7zil.,e- 1,---- ,� the e, L , t i j d By: nd Hawk, Jr.- P.E. > vd d au 0 /1 t Oe�� f ale (/c Li ter ii e f 0 rf r a r eg i res. / { -- Sr. Vice President/ 0 ice Mana.er (Seal of Consultant -1+ /II - if a Corporation.) • / l By: - nthon A Ia 1: - P.E. 'TOE Sr. P e Manager / Engineer (Spe Title CITY OF O S HK OSH By: << I( ��/,/ -___ _ rk A. Rohloff, City Mana•er i L (Witness) r 4F A . AIL 41( And: - ! 1 �� � A (in - - ) Pamela R. Ubrig, City CI= k _ APPROVED: I hereby certify that the necessary provisions -I have been made to pay the liability which will 99 accrue under this contract. 55f. City Attorney a Ci ptroller 4 CITY HALL 215 Church Avenue RO Box 1130 Oshkosh, Wisconsin 54903 -1130 City of Oshkosh Of1-1 H TO: ALL VENDORS FROM: CITY OF OSHKOSH - PURCHASING DATE: April 23, 2010 SUBJECT: ADDENDUM PARKING LOT ASSESSMENT OPENING DATE Please note the RFP deadline has been changed from May 28, 2010 to 10 :00 AM THURSDAY MAY 27, 2010 Please note correct copy attached. If you have any questions regarding this addendum please call Jon Urben at 920 -236 -5100. City of Oshkosh Request for Proposals Project 2010 -01: Assessment of Municipal Parking Lots II. Purpose The City of Oshkosh owns and manages a variety of off -street parking areas which serve businesses, customers, and residents. These parking areas are vital in maintaining access to governmental and non - governmental functions in the City, and support access options for residents and visitors. Consequently, the City is interested in maintaining the utility and longevity of these parking assets. One key aspect of sustaining the City's parking areas is monitoring the condition of the lot's physical infrastructure and establishing a program to address any deficiencies. To date, the City has used a variety of methods for monitoring and improving parking lots, resulting in a range of conditions in lots and a variety of maintenance needs. To help the City address these needs in the most cost - effective manner, the City is interested in having a consultant conduct an assessment of the physical infrastructure at its parking areas. The results of this assessment would be to support a long -term asset management plan for the City's parking lots, that could be incorporated into the City's capital improvement program. III. Proposal and Project Schedule The following schedule provides anticipated dates for events and deadlines for this RFP. RFP Issued Aril 30, 2010 Deadline for Submitting Questions May 14, 2010 Distribution of Res I •nses to Questions May 21, 2010 RFP Deadline May 27, 2010 Contract Awarded / Notification Sent to Unsuccessful Proposers June 4, 2010 Service Initiated June 15, 2010 Kickoff Meeting with Selected Firm June 21 -25, 2010 Submission of Draft Report Jul 23, 2010 Service Completed August 6, 2010 IV. Scope of Services The successful proposal shall include the following scope of services. 1) Conduct a kickoff meeting with City staff to discuss project objectives, scope, and schedule; and to address any issues as necessary to successfully launch the project. This kickoff meeting may be conducted in person or via teleconference. 2) Review documentation regarding design and maintenance history of the parking lots included in this study, as well as future maintenance needs. Where documentation does not exist, this may require outreach to select City staff. Attachment A provides a spreadsheet of the full set of parking facilities which may be included in this study. During the proposal review process, the number of lots included in the study may be scaled back depending on cost. City of Oshkosh — Department of Transportation Page 2 of 6 PURCHASING DIVISION Oj Of H NOTICE TO VENDORS ON THE WATER 1. NOTICE IS HEREBY GIVEN that sealed proposals will be received in the City Clerk's office, Room 104, City Hall, Oshkosh, Wisconsin, for: FOR ASSESSMENT OF MUNICIPAL PARKING LOTS FOR THE CITY OF OSHKOSH DEPARTMENT OF TRANSPORTATION , 2:00 PM FRIDAY MAY 28, 2010, at which time all proposal will be publicly opened and read. 2. It is the vendor's sole responsibility to insure that the proposal is timely and physically received by the City Clerk's office prior to the deadline set forth in this notice. 3. All proposals must be submitted in an envelope sealed by the vendor or designated representative. All proposals should be addressed to the City Manager, c/o City Clerk's Office, City Hall, 215 Church Avenue, P.O. Box 1130, Oshkosh, WI 54903 -1130. On the outside of the envelope, the vendor should distinctly indicate the name and address of the vendor and in the lower left corner should clearly indicate the envelope contains a sealed proposal for: "PROPOSAL FOR PARKING LOT ASSESMENT". Any proposals not complying with these instructions will not be considered submitted to the City, and shall be returned to the vendor unopened and unread. 4. Submission of proposal documents by facsimile equipment will not be accepted. 5. This notice establishes a time by which sealed proposals must be physically received by the City Clerk's office. No proposals will be accepted after that deadline. Under no circumstances will proposals be accepted and read when submitted at the place of proposal opening even if presented before that deadline. 6. The City is not responsible for proposals submitted in any other way except those submitted in strict conformance with these instructions. 7. A written request for the withdrawal of a proposal or any part thereof may be granted if the request is received by the City prior to the specified time of opening. 8. All formal proposals submitted shall be binding for thirty-five (35) calendar days following the proposal opening date, unless the vendor(s), upon request of the Director of General Services, agrees to an extension. 9. Although no certified check, cashier's check or bid bond must accompany the proposal, if the proposal is accepted, the vendor must execute and file the proper contract within ten (10) days after award by the Common Council and receipt of the contract form for signature. 10. The City reserves the right to reject any and all proposals and to waive any informalities in proposing. 11, For specifications and further information concerning this invitation for proposal, contact Jon Urben, General Services Director, Room 401, City Hall, or telephone (920) 236 -5100. Mark A Rohloff PUBLISH: APRIL 30, 2010 City Manager CITY HALL - 215 CHURCH AVENUE - P.O. BOX 1130 - OSHKOSH, WI 54903 -1130 CITY OF OSHKOSH STANDARD TERMS AND CONDITIONS (REQUEST FOR BIDS PROPOSALS) 1) SPECIFICATIONS: The specifications in this request are the minimum acceptable. When specific manufacturer and model numbers are used, they are to establish a design, type of construction, quality, functional capability and /or performance level desired. When alternates are bid /proposed, they must be identified by manufacturer, stock number, and such other information necessary to establish equivalency. The City of Oshkosh shall be the sole judge of equivalency. Bidders /proposers are cautioned to avoid bidding alternates to the specifications which may result in rejection of their bid /proposal. 2) DEVIATIONS AND EXCEPTIONS: Deviations and exceptions from original text, terms, conditions, or specifications shall be described fully, on the bidder's /proposer's letterhead, signed, and attached to the request. In the absence of such statement, the bid /proposal shall be accepted as in strict compliance with all terms, conditions, and specifications and the bidders /proposers shall be held liable. Only proposals which are made out on the regular proposal form attached hereto will be considered. 3) QUANTITIES: The quantities shown on this request are based on estimated needs. The city reserves the right to increase or decrease quantities to meet actual needs. 4) DELIVERY: Deliveries shall be F.O.B. destination freight prepaid and included unless otherwise specified. 5) ACCEPTANCE- REJECTION: The City of Oshkosh reserves the right to accept or reject any or all bids /proposals, to waive any technicality in any bid /proposal submitted, and to accept any part of a bid /proposal as deemed to be in the best interests of the city. 6) ORDERING: Purchase orders or releases via purchasing cards shall be placed directly to the contractor by an authorized agency. No other purchase orders are authorized. 7) GUARANTEED DELIVERY: Failure of the contractor to adhere to delivery schedules as specified or to promptly replace rejected materials shall render the contractor liable for all costs in excess of the contract price when alternate procurement is necessary. Excess costs shall include the administrative costs. 8) ENTIRE AGREEMENT: These Standard Terms and Conditions shall apply to any contract or order awarded as a result of this request except where special requirements are stated elsewhere in the request; in such cases, the special requirements shall apply. Further, the written contract and /or order with referenced parts and attachments shall constitute the entire agreement and no other terms and conditions in any document, acceptance, or acknowledgment shall be effective or binding unless expressly agreed to in writing by the contracting authority. 9) APPLICABLE LAW: This Contract shall be governed under the laws of the State of Wisconsin. The contractor shall at all times comply with and observe all federal and state laws, local laws, ordinances, and regulations which are in effect during the period of this contract and which in any manner affect the work or its conduct. The City of Oshkosh reserves the right to cancel any contract with a federally debarred contractor or a contractor which is presently identified on the list of parties excluded from federal procurement and non - procurement contracts. 10) SAFETY REQUIREMENTS: All materials, equipment, and supplies provided to the City of Oshkosh must comply fully with all safety requirements as set forth by the Wisconsin Administrative Code, the Rules of the Industrial Commission of Safety, and all applicable OSHA Standards. 11) MATERIAL SAFETY DATA SHEET: If any item (s) on an order (s) resulting from this award(s) is a hazardous chemical, as defined under 29CFR 1910.1200, provide one (1) copy of a Material Safety Data Sheet for each item with the shipped container(s) and one (1) copy with the invoice(s). 4/03 CITY OF OSHKOSH CONTRACTOR'S INSURANCE AND WITH NO BOND REQUIREMENTS The Contractor shall not commence work under this contract until the Contractor has obtained all insurance required under this paragraph and such insurance has been approved by the Owner, nor shall the Contractor allow any Subcontractor to commence work on subcontract until all similar insurance required of the Subcontractor has been obtained and approved. I. INSURANCE REQUIREMENTS FOR CONTRACTOR — LIABILITY, BONDS & PROPERTY A. Commercial General Liability coverage at least as broad as Insurance Services Office Forms #CG 00 01 07 98 and #CG 25 03 11 85, including coverage for Products Liability, Completed Operations, Contractual Liability, and Explosion, Collapse, Underground coverage with the following minimum limits: 1. General aggregate limit (other than Products - Completed Operations) per project $2,000,000 2. Products - Completed Operations aggregate 2,000,000 3. Personal and Advertising Injury limit 1,000,000 4, Each Occurrence limit 1,000,000 5. Fire Damage limit — any one fire 50,000 6. Medical Expense limit — any one person 5,000 7. Watercraft Liability, (Protection & Indemnity coverage) if the project work includes the use of, or operation of any watercraft, then Watercraft Liability insurance must be in force with a limit of $1,000,000 per occurrence for Bodily Injury and Property Damage. 8. Products - Completed Operations coverage must be carried for two years after completion of work. B. Automobile Liability coverage at least as broad as Insurance Services Office Form #CA 00 01 07 97, with minimum limits of $1,000,000 combined single limit per accident for Bodily Injury and Property Damage, provided on a Symbol #1 -Any Auto basis. C. Workers' Compensation as required by the State of Wisconsin, and Employers Liability insurance with sufficient limits to meet underlying Umbrella Liability insurance requirements. If applicable for the work coverage must include Maritime (Jones Act) or Longshoremen's and Harbor Workers Act coverage. D. Umbrella Liability providing coverage at least as broad as the underlying Commercial General Liability, Watercraft Liability (if required), Automobile Liability and Employers Liability, with a minimum limit of $2,000,000 each occurrence and $2,000,000 aggregate, and a maximum self - insured retention of $10,000. E. Aircraft Liability, if the project work includes the use of, or operation of any aircraft or helicopter, then Aircraft Liability insurance must be in force with a limit of $3,000,000 per occurrence for Bodily Injury and Property Damage including Passenger liability and including liability for any slung cargo. F. Also, see requirements under Section III. G. Bond Requirements - NONE II. INSURANCE REQUIREMENTS FOR SUBCONTRACTOR A. All subcontractors shall be required to obtain Commercial General Liability (if applicable Watercraft liability), Automobile Liability, Workers' Compensation and Employers Liability, (if applicable Aircraft liability) insurance. This insurance shall be as broad and with the same limits as those required per Contractor requirements contained in Section I. above. III. APPLICABLE TO CONTRACTORS /SUBCONTRACTORS /SUB -SUB CONTRACTORS A. Acceptability of Insurers. Insurance is to be placed with insurers who have a Best's Insurance Reports rating of no less than A- and a Financial Size Category of no less than Class VI, and who are authorized as an admitted insurance company in the state of Wisconsin. B. The City of Oshkosh, the City of Oshkosh's elected or appointed officials, and employees shall be named as additional insureds on all Liability policies for liability arising out of project work. C. Certificates of Insurance acceptable to the City of Oshkosh shall be submitted prior to commencement of the work to City Clerk - City of Oshkosh. These certificates shall contain a provision that coverage afforded under the policies will not be canceled or non renewed until at least 30 days' prior written notice has been given to the City of Oshkosh. CITY OF OSHKOSH, WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL SERVICES PROJECT 2010 -01: ASSESSMENT OF MUNICIPAL PARKING LOTS I. Introduction The City of Oshkosh, Wisconsin hereby solicits proposals for professional services to conduct an assessment of municipal parking areas. It is the responsibility of the Proposer to carefully read the entire Request for Proposals (hereinafter referred to as the RFP) which contains all provisions applicable to successful completion and submission of a proposal. All proposals, sealed and marked "PROPOSAL FOR PARKING ASSESSMENT', must be received by City of Oshkosh, City Clerks Office, 215 Church Avenue, PO Box 1130 Oshkosh WI 54901 by 2:00 PM on Friday May 28, 2010. Any proposal received after this time will not be considered. To be complete, each submission shall include four (4) sealed copies of a technical proposal, and one (1) sealed cost proposal. At their option, proposers may instead submit their proposals electronically, to: Jon Urben, Director of General Services, City of Oshkosh, PO Box 1130, Oshkosh, WI 59403 -1130, e-mail address: JUrben@ci.oshkosh.wi.us. Electronic submissions shall include separate Adobe Acrobat (.PDF) files for the technical and cost proposals, and shall not have any file protections which would restrict the ability of the City to print these files. Proposals may be withdrawn by notice to the party receiving proposals of the place designated for the receipt of proposals any time prior to the opening. Such notice shall be in writing over signature of the proposer, or by e-mail. If by e -mail, written confirmation over the signature of the proposer shall be mailed and postmarked on or before the date and time set for receipt of proposals, and it shall be so worded as not to reveal the amount listed in the original proposal. The City will not be liable for any costs incurred by the proposer in responding to this RFP or participating in the RFP process. Such costs are the sole responsibility of the proposer. The City of Oshkosh reserves the right to reject any or all proposals, to waive any informalities in the process, or to accept any proposal deemed in the best interests of the City of Oshkosh. City of Oshkosh — Department of Transportation Page 1 of 6 City of Oshkosh Request for Proposals Project 2010 -01: Assessment of Municipal Parking Lots II. Purpose The City of Oshkosh owns and manages a variety of off -street parking areas which serve businesses, customers, and residents. These parking areas are vital in maintaining access to governmental and non - governmental functions in the City, and support access options for residents and visitors. Consequently, the City is interested in maintaining the utility and longevity of these parking assets. One key aspect of sustaining the City's parking areas is monitoring the condition of the lot's physical infrastructure and establishing a program to address any deficiencies. To date, the City has used a variety of methods for monitoring and improving parking lots, resulting in a range of conditions in lots and a variety of maintenance needs. To help the City address these needs in the most cost - effective manner, the City is interested in having a consultant conduct an assessment of the physical infrastructure at its parking areas. The results of this assessment would be to support a long -term asset management plan for the City's parking lots, that could be incorporated into the City's capital improvement program. III. Proposal and Project Schedule The following schedule provides anticipated dates for events and deadlines for this RFP. RFP Issued April 30, 2010 Deadline for Submitting Questions May 14, 2010 1 Distribution of Responses to Questions May 21, 2010 RFP Deadline May 28, 2010 Contract Awarded / Notification Sent to Unsuccessful Proposers June 4, 2010 Service Initiated June 15, 2010 Kickoff Meeting with Selected Firm June 21 -25, 2010 Submission of Draft Report July 23, 2010 Service Completed August 6, 2010 IV. Scope of Services The successful proposal shall include the following scope of services. 1) Conduct a kickoff meeting with City staff to discuss project objectives, scope, and schedule; and to address any issues as necessary to successfully launch the project. This kickoff meeting may be conducted in person or via teleconference. 2) Review documentation regarding design and maintenance history of the parking lots included in this study, as well as future maintenance needs. Where documentation does not exist, this may require outreach to select City staff. Attachment A provides a spreadsheet of the full set of parking facilities which may be included in this study. During the proposal review process, the number of lots included in the study may be scaled back depending on cost. City of Oshkosh — Department of Transportation Page 2 of 6 City of Oshkosh Request for Proposals Project 2010 -01: Assessment of Municipal Parking Lots 3) Conduct a visual review of parking facilities. This review should include all factors necessary to establish the long -term physical maintenance requirements for the lot, including, but not limited to, pavement rating and quality, signs of pavement distress, maintenance of existing curbing, evidence of poor drainage, and signage or lighting poles in need of replacement. This review should include sufficient photographs of each lot to substantiate the consultant's findings. 4) Prepare a draft 10 -year pavement management program, to address current maintenance deficiencies and maintain the lots in a serviceable condition. The program should be broken down by year, and include the anticipated cost for each lot in each year. 5) Develop a list of parking facilities which are "beyond repair ". These facilities are those for which the cost of maintenance would exceed the anticipated cost of full reconstruction. For these facilities, the consultant should develop a preliminary cost estimate, reflecting current city requirements for stormwater quality and detention, landscaping and lighting. 6) Prepare a final project report, which includes the findings from all previous tasks. The consultant shall submit four (4) bound copies of this report along with an electronic (.PDF) version. All project deliverables shall be able to be reproduced and redistributed by the City at its own expense without permission of the consultant. The City has budgeted $40,000 for consultant services for this project. V. Elements of Proposal Each proposal shall consist of two submissions: a technical proposal, and a cost proposal. Each part of the proposal shall include the following 1. Proposal number and name 2. Company name, address, telephone and fax numbers 3. Name, address, telephone number and e-mail address of company contact for this RFP The technical proposal shall include the following: 1. General qualifications of your firm 2. A statement of understanding of the project 3. A statement of the work plan, with an anticipated time schedule for executing the scope of services 4. The anticipated time schedule for completing this project 5. Identify the Project Team and provide resumes of key personnel (no more than 2 pages per person). Indicate the roles for each staff person assigned to this project. 6. At least three (3) examples of previous experience with similar projects, including contacts for each of the projects The body of the technical proposal (i.e. material excluding resumes) shall not exceed 10 pages. The cost proposal shall including the following: City of Oshkosh — Department of Transportation Page 3 of 6 City of Oshkosh Request for Proposals Project 2010 -01: Assessment of Municipal Parking Lots 1. Anticipated cost of services and estimated hours. Costs shall include all items of labor, material, tools, equipment, and other costs necessary to fully provide the services outlined in this RFP. This item should be stated as a cost not to be exceeded including expenses to be billed at cost, and reference an attached fee schedule for hourly or other unit rates of cost. 2. Opportunities for added value and cost savings. The cost proposal shall identify ways in which the scope of services could be re- organized to result in a more valuable product for the City 3. State date beyond which the terms of the proposal will need to be renegotiated. VI. Evaluation of Proposals The City of Oshkosh will consider the following when evaluating RFP responses: 1. Proposed approach to the project (including the proposed scope of work and work schedule). 2. Qualifications of the firm for undertaking this project 3. Qualifications and experience of the firm's key personnel and the personnel who will be working directly on the project. 4. Ability to meet the City's budget and schedule requirements. If the price of all proposals is above the City's budget, the City reserves the right to reduce the number of parking lots evaluated in this project. VII. Consultant Selection and Agreement The City will notify all proposers upon completion of the evaluation process. The City will begin negotiating with the consultant whose proposal scored the best in the evaluation process. The scope of services defined in this RFP, the cost schedule supplied by the consultant, along with any subsequent scope addenda/amendments, will become the scope of the work for the consultant. Beyond this scope and budget, the contractual agreement will require the consultant to provide proof of required insurance coverage, naming the City as an additional insured, to the City of Oshkosh's Safety Coordinator prior to the start of work. Upon signature by designated City officials, the agreement will become binding, and the consultant may begin to execute its scope of work. VIII. Protest Procedure Any proposer who wishes to protest the award of a contract must submit a detailed statement in writing of the grounds for protest and any supporting documentation to: Jon Urben, Director of General Services (JUrben @ci.oshkosh.wi.us) within five working days of their receipt of the award decision. To expedite consideration of any protests, this statement must be sent by e -mail. The interested party must be an actual or prospective bidder whose direct economic interest would be affected by the award, or failure to award, the contract bid. Award of contract will be City of Oshkosh — Department of Transportation Page 4 of 6 City of Oshkosh Request for Proposals Project 2010 -01: Assessment of Municipal Parking Lots suspended temporarily unless this action will cause undue harm to the City of Oshkosh. The protest will be forwarded to the City Manager and City Attorney for further review. This review will be the basis on which the contract will be awarded. Minor errors in proposal procedures shall not be grounds for delaying or prohibiting approval of this contract. IX. Addenda / Questions All requests for interpretations or corrections of this RFP must be received by Jon Urben, Director of General Services, City of Oshkosh, PO Box 1130, Oshkosh, WI 59403 -1130, e-mail address: JUrben @ci.oshkosh.wi.us by May 14, 2010. Only interpretations or corrections of the RFP made in writing by the Director of General Services are binding. Proposers interested in receiving proposal addenda based on these interpretations or corrections shall provide an e -mail address to the Director of General Services by no later than May 21, 2010. Questions about the RFP and the Proposal Process should be directed to: Jon Urben, Director of General Services, City of Oshkosh, PO Box 1130, Oshkosh, WI 59403 -1130, e-mail address: JUrben@ci.oshkosh.wi.us. Questions about the technical matters for the project should be directed to: Christopher Strong, P.E., Director of Transportation, City of Oshkosh, 926 Dempsey Trail, Oshkosh, WI 59402, e- mail address: CStrong @ci.oshkosh.wi.us. City of Oshkosh — Department of Transportation Page 5 of 6 City of Oshkosh Request for Proposals Project 2010 -01: Assessment of Municipal Parking Lots Attachment A • 1 , 1 } 1v' 1 I t £ : . 101 2 31 j E 1 } I 31 . ! _ ! 1 , } yy N, (Nj Si yy y€ 3 u S : ; yy U N %. N 1 % % '0131 } % i % % % Nl ,n: U %- % O7 € � % % � ri 3 N 3 I %� N % % % %E. % NI U § 1 E 1 � l ( 1 ( E { g X I. 8 8 d ( 8 y 81 8 p U % g' 8 (O 8 8 /a ¢ y% Q ( al lg (81 g1 g §{ ( @y� ( I f(a 18�, ;1; : 1' `° , 8 2. O q6; O a G' a, N q N LN E.w Q �Yl, 1., N G! % Q1 aw QE4 fle !6 O 3 % % % 10 N N N N % % N N % % % N %' N N N p � N % CO; N % % % N. r m-0 } q ' 11) 1 n Ol 0 3 0 CD O 00 } 6 z m`M y 0 O co 0 +D O Ot�C7 [ N 1 N OEOIN M 0 0 CO j `� . � t 1a . 4.N t 2 N:N..�c N N r P) N m n .-j.0 09.h .- N OQ N ! ,M, Y N .t M N:Q E. N 0 ) ' t O) ' 3 1 `0' 1 1 ! 1 d (€ I I 1 o I I j I ymy € ! gt € • € ' FY € L 4 I . : E % ! ' ! i 1 g I E zclzes �I a `, 3 i . S CI' iv § 1 F € m c • I I I. : I I I 1 ,i. 1 ‹r 1 ' 1 !; worn rn . E 1 } 1 1 ! I o c m Q mew; ! ! 3 t 1 wl 8 � 23 5 P I a �I m I y w IO si ( € - W >1 a , 58 % i" ' 3 I 1 I I I I `t d > 1 } �� I . • 1 1 € ca c mIQ , d € , ! I I .c i 3 I v' I } I 'gill. m : = Halo w RI i € + 1elal c I jm 1 ,"'E 3 fl ' 1 1 � a ~ O . . . O F GR1 8' ~ O ° I . .E10 9 A 4: 0a. C ~ Q 2 s c to c `° E li E w p G'x E � I d 3 .� 0) N i�, �. w I � c c 00 t� f IR SIC _E m Y Oq cl E r l c E N 1 4 $ t � I m lo S 01 O g % Oi.N %c Zl� t t t , t Y OC7C7' "'�UL > .0 C g ` Z t, ti1V ./r€ g � � P 0 w [ o }Z =0 0 0 0 10 . Z O 0 Q;O 0 . 0' O i^) N !7 N . r 0 ^y� 9? : P }O 0 O O t t 0 0 Oe' 0' 0 fa M t 7 W. w w,W 3 7 0 ;010 N co W- N i mg M M (7:3- S O L ...i N N N .-:A m,+- ,- w w z w z;z : —.m ^ ,- -IZtw' WI u. w 1 '-r - .- e aD v • - t'. N ; N •. _4 1 1 ° 1 E QI ] s 1 . C 1 ! E E I I ( { rt ' t 1 C E 1 } 3 ! € 1 .Of i 0� > " )4 m E - W r� 3 3m m i(- Ott 0 1, 1 s w I Z � . 1 1 v J ° t. a v P .e m P 'a .t3v[. s '5'6 1. cuo, 00 81 , ztw o ' s = ' '� m' 0 ( 1> tv 0 o —1 ,I c ° Pt d E i_ o m co Q 1 ': ° $i n. i e J LL 42' I t, I w m m I m C7 ci 13.124 E w =� E =v 1 w a c .m � �a } ' m a te °f?'w O — rdi .1 as r--'1 l m a 's � _ = $t m � e 1 %:V m Z` :' .Sx cI S m d . 1 o m ° to � w i c --,U,O T 1 t - 1o>I .`a5�103< c w' ° w.- 1 °'g' E 1 C .5'c Em } : 0 Y Y a Q F 1 9 aQ E e e 2wtCw —I Qs.e.c .N u E ' e j > ,, l--I.< c : Q .:c i !:51e._ �' e t m c � z gi. c w e e } a eP CP 41 ' 5 Z N fai r a E m yS o 0 . . I Y�; c l a °� a _' . A m z s wE . , m 3 m �2 2 Cl a; an B x ' 3 4 ' m . 1 t4' µ � vraw 7 „vm3� ,¢ 1 c t7x € -. O o �mw 3 N� ,c�u `� ` i m=0. i — 1 'z _ ._ 3 } 1(' • Lt. n > €.-f a ia aI:J $i'+�3" t 7443. S. F A It; I ( I [[ f F '5" =I E E . ~ % C „,i C C C C i C i .SC 21 %t % 1 % N % co, N , %} N'. % %3 % N % % N , _ l0 0 *I_ _1� i avA co a , m ;w, l o W A.m Al w 0I R :co1 a m , m act m m ca lm m . R l . t o 0 0 :01101lit. u U. 1,2 0. 0. i ala 0 0 Fa.1a. asa a a 0. 0.. a a n.; a 0. 0. 0. a;a a a = 0. 0. 0 . .: City of Oshkosh - Department of Transportation Page 6 of 6