Similar Projects
Central Region AE IDIQ
New Construction, Term Contract
Design
$25,000,000 est. value

Engineering, Planning and Development
Post-Bid

C--Multiple Award Task Order Contract (MATOC)
New Construction, Term Contract
Post-Bid

C--Multiple Award Task Order Contract (MATOC) for Geotechnical Engineering Service
Results
$500 to $25,000,000 est. value

Indefinite Delivery Indefinite Quantity Architectural-Engineering Contracts
Results

Microgrid Architectural And General Engineering Services
New Construction, Term Contract
Post-Bid
$10,000,000 est. value

Engineering Services on a FEMA Grant Project for University of Mary Slope Stabilization - Phase II
Infrastructure
Results
Bismarck, ND 58504

Engineering Services to Improve Ash Coulee Drive
Infrastructure
Post-Bid
Bismarck, ND 58503

FAA Airport Traffic Control Tower Design Competition
New Construction
Results

Burnt Creek River Crossing
Infrastructure
Post-Bid
Bismarck, ND

Airport Engineering Services
Term Contract
Post-Bid
Cavalier, ND 58220

Engineer Services
Term Contract
Post-Bid
Bismarck, ND

Fuel Island Expansion
New Construction, Alteration
Post-Bid
Bismarck, ND 58504

Unrestricted Architect-Engineering Airfield Paving Design MATOC
Term Contract
Post-Bid
Less than $30,000,000 est. value

Architect-Engineer - Air Field Pavement Design MATOC
New Construction, Term Contract
Post-Bid

Last Updated 10/03/2022 08:05 AM
Project Title

RFP Engineering - Improvements to South Washington Street

Physical Address View project details and contacts
City, State (County) Bismarck, ND 58504   (Burleigh County)
Category(s) Professional Services
Sub-Category(s) Engineering
Contracting Method Competitive Bids
Project Status Construction start expected October 2023 , Request For Proposals
Bids Due View project details and contacts
Estimated Value $950,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Request for proposals from qualified engineering firms for project development, environmental documentation, design, plan preparation, contract administration, and construction inspection for the reconstruction of South Washington Street from the Drainage Ditch south to Burleigh Avenue and Burleigh Avenue from Washington Street to Boston Drive in the City of Bismarck. Questions regarding the RFP should be directed to Aaron Schmidt, PE, Project Engineer, at the office of City Engineer at 221 N. 5th Street, Bismarck, North Dakota, telephone (701) 355-1505, aschmidt@bismarcknd.gov. The City of Bismarck, in cooperation with the North Dakota Department of Transportation (NDDOT) and the Federal Highway Administration (FHWA), is requesting the services of qualified engineering firms for project development, environmental documentation, design, plan preparation, contract administration, and construction inspection for the reconstruction of South Washington Street between Burleigh Avenue and the south Bismarck drainage ditch in the City of Bismarck. DESCRIPTION OF PROJECT The project will consist of reconstructing South Washington Street between Burleigh Avenue and the south Bismarck drainage ditch and improvements to Burleigh Avenue from South Washington Street to Boston Drive. The project will include capacity and safety improvements for vehicular, bicycle and pedestrian modes of traffic as well as stormwater conveyance improvements within the watershed. It is anticipated Washington Street would be a three or five-lane facility with parking restricted and would include pedestrian, bicycle, and street lighting facilities. Improvements to Burleigh Avenue are anticipated to include widening to accommodate a three-lane section. Traffic operations should be analyzed along Washington Street from Nina Lane to Billings Drive and along Burleigh Avenue from Manchester Street to Boston Drive. Additional corridor analysis from Billings Drive to Denver Avenue should be performed to ensure corridor compatibility with the reconstruction section. Access control will also be evaluated as part of the project. Existing and planned stormwater improvements will be analyzed for conformance with the current City of Bismarck Stormwater Design Standards Manual and NDDOT requirements. The primary objective is the conveyance of stormwater along the S Washington Street reconstruct corridor to existing outfalls, but stormwater analysis should also include potential improvements to or the possible elimination of existing outfalls, lift stations, and stormwater ponds adjacent to the corridor. Minor upgrades to watermain and sanitary sewer force mains are anticipated and conflicts to existing facilities would be addressed as part of the project as well. The existing 16" watermain south of Burleigh Avenue is anticipated to be extended to the south limits of the reconstruct boundary. There are no planned improvements to the south Bismarck drainage ditch flood control structure. The project is not anticipated to be impacted by the pending FEMA FIRM map update. Acquisition of additional right-of-way may be required in certain locations. City-obtained survey information will be available for use to supplement the consultant survey. Information includes right-of-way, city-owned utilities, and select ground survey points. As-built drawings, existing stormwater management plans, plats, and GIS information is available upon request. This project is programmed for federal aid in year 2026. The City may elect to advance construct the project for 2024 construction using local funds but in order to be eligible for federal reimbursement, is pursuing this project through the federal aid process. SCOPE OF WORK The City of Bismarck intends to contract with a single consultant for all phases of work and execute one cost plus fixed fee contract requiring monthly billings with the selected firm to complete Phase I and II. The City of Bismarck reserves the right to assign work in phases. Project work items may be added or removed from the contract by work authorization or supplementary agreement. Phase I Environmental Documentation and Preliminary Design The Scope of Work shall include all activities necessary to complete the environmental document (including FHWA concurrence and approval), conduct public involvement, perform preliminary design, and coordinate utility locations and conflict plans. The environmental document to be completed is anticipated to be a Categorical Exclusion. The required activities for the preliminary engineering and preliminary design phase will be dependent on the environmental classification of the project as determined by the Federal Highway Administration. Environmental approval from FHWA and NDDOT will be considered completion of Phase I. Phase II may be negotiated and authorized based on the outcome of Phase I, Engineer's proposal, Engineer's performance and available funding. Phase II Final Design Phase II shall consist of design activities following preliminary design which includes preparation of final construction plans, specifications, and estimates; executing contracts for utility conflict plans for adjustments and relocations; final right of way acquisition, final mitigation plans and permitting. Phase II will be considered complete upon delivery and approval of final construction plans, specifications, estimates, certifications, and NDDOT approval of all other deliverables. The NDDOT will conduct the bid opening, certify that all applicable DBE participation requirements have been met, and tabulate the bids. The City will determine the lowest responsible bidder and execute the construction contracts. Phase III may be negotiated and authorized based on the outcome of Phase II, Engineer's proposal, Engineer's performance, and available funding. Phase III Construction, Administration, and Supervision The selected firm will be responsible for all construction inspection, materials testing, and survey to verify the contractor's work is to be performed according to the governing specifications, plans, and special provisions including the provisions of the NDDOT Standard Specifications for Road and Bridge Construction, Materials Sampling and Testing Manual, and Construction Records Manual. The consultant's material sampling and testing personnel must be certified under NDDOT Testing Qualification Program. The selected firm shall provide a Registered Engineer to directly supervise all Construction Engineering as required by Title 28 of the North Dakota Administrative Code. The selected firm will prepare the required engineering and administrative documents and records as required by the NDDOT. The selected firm shall provide adequate work force to perform the work necessary to meet the Contractor's work schedule. The Consulting Engineers' Project Manager assigned to the project shall be capable of reading and interpreting the project documents for proper execution of the project in accordance with the plans and specifications. The Consultant shall, as applicable, include but not limited to conducting the preconstruction meeting, construction engineering and inspection, construction survey, measuring and computing pay quantities, construction administration, claims, change orders, review shop drawings, preparing and submitting final documentation and project close out. All design and project data will become the property of the City of Bismarck upon completion of the final submittals. All project information will be generated in the following formats and standards: Projection: State plane coordinate system Zone: North Dakota South zone (FIPS 3302) Horizontal Datum: North American Datum (NAD)83 Vertical Datum: North American Vertical Datum 29 Units: International feet MS Word and MS Excel AutoCAD Civil 3D Portable Document Format (PDF) RFP Review Completion & Ranking October 28, 2022 Notification for Interviews October 28, 2022 Interviews November 9, 2022 Selection and Notification of Firm November 10, 2022 Negotiation of Scope of Work and Work Fee November 18, 2022 Anticipated Notice to Proceed November 22, 2022 Environmental Documentation March 2023 Final Plans, Bid Documents, and Right of Way August 20, 2023 Bid Opening November 17, 2023 The consultant will provide monthly updates, via memorandums, regarding the status of the project to the city of Bismarck and biweekly status reports to the NDDOT. CONTENT OF PROPOSALS The consultants are requested to be as brief and concise as possible. The proposal pages shall be numbered and must be limited to six (6) pages in length. Proposals that exceed the page length requirement will not be considered. This section should contain your approach and project specific plan. Each proposal shall contain a cover letter signed by an authorized officer who can sign contracts for the firm. The pages of the cover letter will not be counted toward the six page limit. Also include the individuals email address below each signature on the cover letter. The consultant's proposal shall include an appendix. The pages in the appendix will not be counted as a part of the pages. The appendix shall include the following in this order: o Appendix A - A schedule for the project. If accepted the schedule will be included as part of the contract. o Appendix B - A staffing plan identifying the key project personnel (including titles, education, and work experience) and the respective roles and responsibilities for the project. o Appendix C - Project Specific QC/QA Plan including check lists, persons, responsibilities, proposed submittals and review, and response timelines. The QC/QA Plan will be reviewed by the City of Bismarck and, if accepted, become part of the project after the contract has been signed. o Appendix D - Sub-consultants and associated activities to be completed by the sub-consultants. The consultant's written proposal shall contain the following information: 1. Recent, current, and projected workloads 2. Staff experience and technical capabilities 3. Related experience and performance records on similar projects 5 4. Understanding of project and proposed work approach 5. Willingness to meet time and budgetary requirements 6. Past performance Selection of firms for oral interviews will be based on the evaluation of the submitted written proposals. The City of Bismarck reserves the right to limit the interviews to a minimum of three firms whose proposals most clearly meet the RFP requirements. Firms not selected to be interviewed will be notified in writing. A selection committee will conduct oral interviews of the selected firms. Interviews should plan to be in person but remote video via Microsoft Teams is available if requested. A recommendation to the Bismarck Board of City Commissioners will be made by the selection committee. Price will be negotiated with the successful firm and if negotiations are successful, an engineering agreement will be executed with a single consultant. Approved sub-agreements for minor portions of the work will be permitted. RIGHT OF REJECTION The City of Bismarck reserves the right to reject any or all proposals. DISCLOSURE OF PROPOSAL At the conclusion of the selection process, the contents of all proposals will be subject to the City of Bismarck's Open Records Law and may be open to inspection by interested parties. Any information included in the proposal that the proposing party believes to be a trade secret or proprietary information must be clearly identified in the proposal. Any identified information recognized as such and protected by law may be exempt from disclosure. CIVIL RIGHTS Title VI assures that no person or group of persons may, on the grounds of race, color, national origin, sex, age, or disability, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any and all programs or activities administered by the City of Bismarck. The City of Bismarck will consider every request for reasonable accommodation to provide: o An accessible meeting facility or other accommodation for people with disabilities, o Language interpretation for people with limited English proficiency (LEP), and o Translations of written material necessary to access City of Bismarck programs Appropriate provisions will be considered when the City of Bismarck is notified at least 10 days prior to the meeting date or the date the written material translation is needed. To request accommodations, contact the City of Bismarck Title VI and ADA Coordinator, at 701-355-1336. TTY users may use Relay North Dakota at 711 or 1-800-366-6888. All proposals must include a copy of the firm's most current Cognizant Audit Report of Indirect Costs (as approved by another State agency) in compliance with the Federal Acquisition Regulations (FARs) costs principles contained in the Code of Federal Regulations (CFR), Title 48, Part 31

Details

Division 31 - Earthwork.
Division 32 - Exterior Improvements.
Division 33 - Utilities.
Division 34 - Transportation.
Division 35 - Waterway and Marine Construction.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents