HomeMy WebLinkAbout5.e. Town Green RFP P.O BOX 510
�2�L� G1 za�,-�a,rt�sr w.
0��,�nO��/� ROSFM(�(IN7. MiNNES�TA 550fi8
r�'i, 612--423-4Q 11
ITEM #
� E
April 13 , 1990
T0: Mayor Napper
Council Members: Klassen
Oxbarough
Willcox
Wippermann
FROM: Stephan Jilk, City Administrator
RE; Town Green Consultant
Pursuant to your direction I have grepared the Request For
Proposal (RFP) for proeuring Planning/Design services for the
ErieksQn Park - Armorq Site - Highway 3 Are�.
This was the result of discussians regarding the Town Green
Project/Concept and how it would be designed, how th� armory site
may relate in use to Schw�rz Pond and how the commercial are�s
between wauld interface and relate to thest sites/uses.
The RFP is designed to reflect the background of t�ese pro��cts,
the areas under consideration and the relationships of the C�.tq
Ha11 "campus" facilitp studq now being conducted.
It is important that a potential consultant understandss the
relationship of the varioua pro�ects and is able to wo�rk with
those relationships to present a useful plan for our use.
I would ask qour consideration of this RFP and pour approval to
advertise to receive proposals on May 23, 1990.
I' 11 be pleased to answer any questions I can on this prior to or
at our meeting.
lj
REQUEST FOR PROPOSALS
FOR
PARKS AND OPEN SPACE PLANNIN6 AND DESIf3N
FOR THE
CITY OF ROSEMOUNT
PROPOSALS DUE: 2:00 p.m. , MAY 23, 1990
LOCATION: CITY OF ROSEMOUNT
P.O. BOX 510
2875 145TH STREET WEST
ROSEMOUNT, MN 55068
TABLE OF CONTENTS
Paae
I. PURPOSE OF REQUEST l
II. INSTRUCTIONS T� PROPOSERS 1
III. FROPOSAL CONTENTS 2
IV. SCOPE OF WORK 4
V. SELECTION 6
VI. TERMS AND CONDITIONS 7
VII. PROPOSAL CONTEXT - GENERAL INFORMATION 9
APPENDIX A - APPLICANT ASSURANCES 11
i
RE�UEST FOR PROPOS�LS
PARRS & OPEN SPACE PLANNING AND DESIGN
CITY OF ROSEMOUNT
I. PURPOSE OF THE REQUEST
The City of Rosemount is requesting proposals for eansulting
services by firms or combinations of firms to perform
planning and design services for recreational and open space
uses for an area, part of which is owned by the city and
part of which is currently privately owned.
The project will consist of reviewing existing uses and
knownjplanned uses for these areas and recommending the
location and design of additional facilities/uses as
determined by the City and acceptable planning and design
techniques.
Services of the nature contemplated by the City would
generally be considered those provided by Land Use Planning
and Design or Landscape Architectural firms.
II. INSTRUCTIONS TO PROPOSERS
A. All proposals should be sent and all questions and
correspondence should be directed to:
Stephan Jilk
City Administrator
City of Rosemount
P.O. Box 510
2875 145th Street West
Rosemount, MN 55068
. (612) 423-4411
B. All proposals must be received no later than 2: 00 p.m. ,
Wednesday, May 23 , 1990, at which time they will be
opened. Ten (10) copies of the proposal must be
presented.
C. In order to be considered a vaZid proposal, each
proposal must meet the fallowing requirements:
a. Written proposals are the only valid form.
Proposals reeeived after 2:00 p.m. , Wednesday,
May 23, 1990, will be returned unopened. Verbal
proposals will not be permitted.
b. Each proposal must be signed by an officer of your
company who can be held accountable for all
representations.
1
D. The proposal shall be limited to a maximum of thirty
pages, printed on one side. Additional material, other
than that requested by the City, w�ll be disregarded.
E. The City will review the proposals and schedule
interviews for all finalists during the week of May 29,
1990. Selection will occur at the r�gular City Council
meeting on June 19, 1990.
III. PROPOSAL CONTENTS
A. Title Page
Show the propasal subject, the name of the proposer's
firm, local address, telephone number, name of the
contact person, and the date. In the event that a
combination of firms is proposed, please indicate the
lead firm.
B. Table of Contents
Include a clear identification of the material by
section and by page number.
C. Identification of Assigned Personnel
1. The name of the person that would be responsible
for the management and administration of a
contract with the City. A description of sueh
person's experience and qualifications is
necessary.
2. The names and qualifications of the professional
staff that would be assigned to City pro�ects.
3 . A statement committing the aforementioned staff to
this project.
4. If joint ventures are proposed or consultants will
be retained, a statement of such arrangements must
be contained in the proposal including a brief
description and qualifications of each
participant's role.
D. Proposer's Detailed Approach to Planning & Design
Process
1. The proposal shall addr�ss in detailed fashion the
approach of the firm or combination of firms to
the Scope af Work.
2 . The proposal shall identify a specific time frame
for the completion of each element of the Scope of
Wark as outlined above.
2
E. Budget
l. Budget documentation for each task must include
the following;
a. Number of and names of personnel, number of
. person days (8 hours equal one person day)
and salary cost (identify eaeh separately) .
b. Number of supporting personnel, number of
person days, salary cost (list each
�eparately) .
c. Other cost (eg. travel, telephone, printing,
computer time, etc. )
d. Total task cost.
2. Total Budget Documentation must include the
following:
a. Professional Personnel
1. Total number
2 , Total person days
3 . Totai salary
b. Support Personnel
1. Tvtal number
2. Total person days
3 . Total salary
c. Total of Other Cost
d. Total Cost of a, b, and c
F. Disclosures and Assurances (Appendix A)
1. Applieant Authority - Assurance that the signatory
making representations in the proposal on behalf
of the proposer has the authority to do so and to
bind the firm to a contract.
2 . Compliance with Affirmative Aetion - The City of
Rosemount, Minnesota, has adopted a policy that
will not discriminate in employment practices an
the basis of race, color, creed, religion,
national origin, sex, age, marital status, public
assistance status, veteran status, handicap or
disability; that it has agreed to take affirmative
action to recruit minorities, women and
handicapped persons into its emplayment; and that
3
it will transact business only with firms who have
adopted similar non-discriminatory and affirmative
action policies.
In cases where a contract with the City of
Rosemount will exceed $50, 000 and the number of
full-time employees exceeds twenty (20) in the
company making a Proposal, in its Fraposal the
company must furnish the City of Rosernount with
dacumentation that shows the company has adapted a
written affirmative action policy.
Contracts which exceed $50, 000 will not be awarded
to companies of more than twentp full-time
employees which fail to provide verification of an
affirmative action policy.
3. Firm Not Debarred - A certification that the
firm/firms or employees thereof are not on the
"List of Persons or Firms Currently Debarred for
Violations of Various Public Contracts
Incorporating Labor Standards Provisions. "
IV. SCOPE OF WORR
A. General Purpose of the Parks and Open Space Planning
and Design Project.
The General purpose of this project will be to develop
a plan which will determine the types of and location
for different recreational facilities and open space
uses in the area to be considered.
The area(s) ta be considered, described in more detail
in the "backgraund" section of this proposal, are under
consideration for additional active recreational uses,
passive recreational uses and the location of a large .
National Guard Armory with potential for expansion to
include city recreational/community uses.
The successful proposer will work with City staff and a
citizen's committee to znsure that all "community"
input is utilized in this process.
The resulting report will be a recommendation as to
what "fits best" for the area and uses considered for
Rosemount.
B. Work Elements
The Parks and Open Space Planning and Design Project
will focus on the following elements.
1) Identify current features of the areas to be
considered includzng existing uses, topographical
4
� features and relationships of the areas to each
other and adjacent areas which may have use
relationships.
2) Identify additional uses now under consideration
by the City for the areas including but not
limited to, the active areas of Erickson Park, the
National Guard Armory and the Town Green Concept.
3) Develop space requirements for proposed projects
and determine the adequacy of and location for
these additional projects keeping in mind the
relatianship to the "downtown" area of Rosemount,
the Rosemount High School campus and �he adjacen�
Schwarz Pond/�arroll's Woods park land.
4) Develop a final use concept, using appropriate
design techniques for the area uhder consideration
keeping in mind the practical side of development
so that cost and feasibility are part of the
design considerations.
5) Develop cost estimates, in 1990 dollars, for the
proposed "final use" concept.
6) Attend necessary meetings with the City Staff,
City valunteer committee and City Council to
present progress on and results of the planning
and design process.
C. Deliverable Documents
1) Planning & Design Process Summary
2) Conceptual Design
3) Final Plan & Design
4) Construction/Completion Cost Estimates
, 5) Final Report encompassing all of the above
elements.
D. Background
The City owns several parks and open space use areas in
the City. One of these areas is a 56 acre site (Site
A) for park and city government tacility use. The City
has located on this site several softball fields,
soccer fields, a small nursery and its fire station,
city hall and public works garage. The City buildings
are currently being considered for expansion,
rebuilding and/or relacation.
The City also owns a 13 acre site (Site B) separated by
a privately owned parcel and Minnesota State Highway 3,
proposed tQ be the site for a 91,000 sq. ft. National
5
Guard Armory. This site is adequate for and is being
considered for additional city facilities which would
' be connected to the proposed Armory. A separate
citizen's committee is working on the Armory and any
additional facilities to be attached to it. This
Armory is to be constructed in 1992 .
Lying between these two sites are several other sites,
(Site C) now privately owned, (total of 17 to 19 acres)
which are being considered for purchase by the Ci�y.
These sites currently have commercial uses attached to
them.
The idea of a "Town Green" concept which would provide
a central gathering spot for community events such as
band concerts and provide areas for rose gardens,
historic markers, etc. is being developed by a
citizen's committee to the City Council and this
committee has selected the Erickson Park (Site 1) as
the location for development of this concept.
The City is completing a spacial needs study through a
consulting architect for the development of a 15 year
master facilities plan for the City. Interaction with
that study will be required as part of this process.
V. SELECTION
A. The City reserves the right to reject any or all
proposals, and is not bound to accept the lowest cost
proposal if that proposal is contrary ta the best
interests of the City.
B. The proposals will be evaluated by a selection team.
The team will rank the proposals and provide this
information to the City Administrator.
C. Selection of the firms to be invited to respond to the
RFF in this regard shall be based upon the following
criteria:
1. The firm's approach to and understanding of the
project.
2. The firm's experience in similar projects,
ineluding similar space planning experience, law
enforcement planning experience, demonstrated
project management expertise, and previous
experience on government pro�ects,
3. The experience and qualifications of the projeet
staff in similar projects, including the criteria
above.
6
4. The firm's demonstrated ability to keep on
schedule and within budget.
5. The extent of project involvement by top
management.
6. The extent to which previous clients have found
the firm's project services acceptable.
7. The firm's most significant qualifications for
this project.
8. Previous city experience with the consultant firm.
VI. TERMS AND CONDITIONS
A. The City reserves the right to cancel or amend the
request for proposals at anytime. The City reserves
the right to determine the successful respondent. The
City reserves the right to reject any or all proposals.
B. The City will not be liable for any costs incurred by
the firm responding to this request.
C. Upon submission, all praposals become the property of
the City, which retains the right to use any ideas
presented in any proposal submitted, whether or not the
proposal is accepted.
D. A contract will be executed between the successful
respondent and the City. It is anticipated that the
contract will be a full service architectural and
engineering contract type AIA B-141, and that the
successful designer's proposal and specifications of
this request, including the Terms and Conditions set
forth herein, will be incorporated in the contract.
E. The City sha11 pay the firm far services on the basis
of the approved fee or fee schedule per the proposal.
F. The firm shall not assign any interest zn this contraat
and sha11 not transfer any interest in the same without
the prior written consent of the City.
G. For the purposes of this agreement, the consultant
shall be deemed to be an independent contractor, and
not an employee of the City. Any and all agents,
servants, or employees of the designer or other
persons, while engaged in the performance of any work
or services required to be performed by the City under
this agreement, shall not be considered employees of
the City of Rosemount and any and all claims that may
or might arise on behalf of the City, its agents,
servants or employees as a consequence of any act or
omission on the part of the designer, its agents,
7
servants, employees or other persons shall in no way be
the obligation or responsibility of the City. The
consultant, i�s agents, servants, or employees shall be
entitled to none of the rights, privileges, or benefits
of City employees excepfi as otherwise may be stated
herein.
H. The City shall pay for all services and items provided
by the firm under the proposal in a lump sum upon
completion of the project or on such schedule as shall
be mutually accepted by the City and the firm.
I. The consultant further agrees to comply with all
federal, state and local laws or ordinances, and all
applicable rules, regulations, and standards
established by any agency of such governmental units,
which are now or hereafter promulgated insofar as they
relate to the designer's performance of the provisions
of this agreement. It shall be the obligation of the
designer to apply for, pay for and obtain all permits.
J. The City requires affirmative action, and therefore,
the firm selected shall not discriminats under the
contract against any persan in accordance with federal,
state and local regulations.
K. If, for any reason, the firm selected is not able to
commence serviees under its proposal within 30 days
after its award, the City reserves the right to award
the contract to the next most qualified firm.
L. If, for any reason, the firm shall fail to fulfiil in
timely and proper manner the obligations under the
contract, the City shall reserve the right to terminate
said contract by speeifying the date of termination in
a written notice to the firm at least sixty (60}
calendar days before the termination date. In this
event, the firm sha11 be entitled to just and equitable
compensation for any satisfactory work completed.
M. No elected official ar employee of the City who
exercises any responsibilities in the review, approval
or carrying out of the proposal or cantract sha11
participate in any decision which affects his or her
direct or indirect personal or financial interest.
8
VII. PROPOSAL CONTEXT - GENERAL INFORMATION
A. City orqanization
The City of Rosemount was incorporated in 1971 as a
statutory, plan A city. It has a Council -
Administrator form of government. The City provides a
fu11 array of municipal services inclu�ing water,
sewer, and street lighting utilities; fire, police and
civil defense protection; and general administrative
functions.
1. City Council - The Rosemount City Council is the
final review and approval authority regarding all
contracts, payments, p�ans, improvements,
, policies, procedures and other business of the
City. The City Council, composed of four members
and the Mayor, is the legislative and policy
making body of the City. The Mayor, who presides
over the City Council meeting, is elected at large
for a two year term. The Councilmembers are
elected at large for four year terms.
2 , City Administrator - The City Administratar
reviews and coordinates all matters coming before
the City Council. He is responsible for the
implementation of Council direction and the
coordination and management of City departments on
a daily basis.
3. City Staff - The City Administrator implements
Council direction through the department heads of
seven City Departments. They are Police, Fire,
Public Works, Finance, Community De�elopment,
Parks & Recreation, and Administration.
B. Demographic Statisties
The City of Rosemount is a fast growing city. Its
papulation growth and the predominance of two income
households places a significant demand on City services
and facilities. A summary of the City�s population
growth is outlined in the following table:
1980 U.S. Census 5,083
1988 Metropolitan Council Estimate 7,400
1990 City Staff Estimate 3/1/90 9, 000
Rosemount's growth is expected to continue into the
future due to its locational amenities and the current
environment and pressures for household formation.
Conservative estimates place the Czty's population near
15,000 by 2000. As a result of the mobility associated
with in-migration, the population is very young with a
9
median age of thirty-two and less than �ive percent of
the population over sixty. The growth pla�es
substantial demand on City services a�d facilities.
C. Economic overview
The City of Rosemount is a third ring suburb which is
roughly fifteen percent developed. It has
approximately 140 acres of commercially zoned land and
2460 acres of industrial land. In excess of 20Q
businesses are located in Rosemount. This employment
base provides job opportunities to more than 4 ,700
persons.
10
APpendix A
�pnlicant Assuranoes
The applicant hereby assures and certifies:
1. That the individual signing the assurance form on behalf of
the individual, partnership, company or corporation named in
the proposal possesses the legal authority to execute the
proposed study.
2 . In connection with this proposal and any subsequent contract
the cansultant shall not discriminate against any employee
applicant for employment because of race, color, creed,
religion, national origin, disability, age, sex or status
regarding public assistance. The consultant will take
action to ensure that applicants are employed and that
employees are treated during their employment without regard
to their race, color, creed, religion, national origin,
disability, age, sex or status regarding public assistance
in accordance with federal and state law and local policy.
3. The consultant/consultants or employees thereof are not on
the "List of Persons or Firms Currently Debarred for
Violations of Various Public Contracts Incorporati�g Labor
Standards Provisions. "
4 . The consultant agrees to comply with all applicable federal,
state and local compliance requirements.
OFFICIAL ADDRESS
(Name of Firm)
(Authorized Signature)
(Title)
(Date)
11