Pavement Management Program and Technical Services ( #24PW007 )

Agency: City of Prescott
State: Arizona
Type of Government: State & Local
Category:
  • R - Professional, Administrative and Management Support Services
Posted: Oct 31, 2023
Due: Nov 16, 2023
Solicitation No: #24PW007
Publication URL: To access bid details, please log in.
Pavement Management Program and Technical Services ( #24PW007 )
  • Pre-Bid Meeting Information:
  • Mandatory
  • Date: October 31, 2023, 10:30 AM
  • Location: 433 N Virginia Street, Prescott AZ 86301
  • Pre-Bid Attendance List
  • Contact Number: 928-777-1130
  • Q & A Deadline: November 09, 2023
  • Due Date: November 16, 2023, 2:00 PM

Attachment Preview

Request for Statement of Qualifications
For
Pavement Management Program and Technical Services
For Fiscal Year 2024-2028
MAYOR AND COUNCIL:
Phil Goode, Mayor
Connie Cantelme, Council Member
Brandon Montoya, Council Member
Eric Moore, Council Member
Cathey Rusing, Council Member
Steve Sischka, Council Member
Clark Tenney, Council Member
CITY CLERK:
Sarah M. Siep
PUBLIC WORKS DIRECTOR:
Gwen Rowitsch
Request for Statement of Qualifications
Pavement Management Program and Technical Services
For Fiscal Year 2024-2028
DESCRIPTION: The City of Prescott, Arizona, solicits interest from qualified persons or
firms to provide Pavement Management Program – Technical Services which includes
technical condition survey and data integration to Lucity Pavement Management Software
System. Only people or firms capable of providing the requested professional services will
receive consideration.
MANDATORY PRE-SUBMITTAL CONFERENCE: October 31, 2023, at 10:30am, City of
Prescott Public Works Department.
BID/STATEMENT OPENING: Thursday, November 16, 2023, at 2:00pm City Council
Chambers 201 N. Montezuma Street, 3rd Floor, Prescott, Arizona 86301.
In accordance with local and State law, sealed RSOQs will be received by the Office of the
City Clerk at 201 N. Montezuma Street, Suite 302, Prescott, Arizona 86301, until 2:00pm
on the date specified above, for the services specified herein. Statements will be opened, and
the names will be read aloud at the above noted date, time, and location. Any submittals
received at or after 2:00pm on the referenced date will be returned unopened.
The City of Prescott reserves the right to accept or reject any or all submittals, and waive any
informality deemed in the best interest of the City and to reject the submittals of any persons
who have been delinquent or unfaithful in any contract with the City.
Information on the Request for Statement of Qualifications and Contract Documents are
available on the City website at: http://www.prescott-az.gov/business-
development/purchasing/bid-listings/.
PUBLISH: October 15th and October 22nd, 2023
2
Request for Statement of Qualifications
Pavement Management Program and Technical Services
For Fiscal Year 2024-2028
TABLE OF CONTENTS
I.
GENERAL INFORMATION .................................................................................................... 4
A. SCOPE OF SERVICES................................................................................................................. 5
B. REQUESTS FOR INFORMATION................................................................................................ 5
C. MANDATORY PRE-SUBMITTAL CONFERENCE: ....................................................................... 6
II. STATEMENT OF QUALIFICATIONS EVALUATION CRITERIA ............................................... 6
A. GENERAL REQUIREMENTS ...................................................................................................... 6
B. PROPRIETARY INFORMATION ................................................................................................. 6
C. SUBMITTAL REQUIREMENTS................................................................................................... 6
D. DELIVERY OF SUBMITTALS ..................................................................................................... 8
E. MINIMUM TEAM QUALIFICATIONS ........................................................................................ 9
III. EVALUATION CRITERIA ...................................................................................................... 9
A. GENERAL INFORMATION......................................................................................................... 9
B. EXPERIENCE AND QUALIFICATIONS OF THE FIRM AND KEY PERSONNEL .......................... 9
C. VALUE ADDED KNOWLEDGE AND EXPERIENCE .................................................................... 9
D. PROPOSED PROJECT APPROACH ............................................................................................ 9
E. OVERALL EVALUATION......................................................................................................... 10
IV. EVALUATION AND SELECTION PROCESS ...........................................................................10
A. OVERVIEW.............................................................................................................................. 10
B. FINAL RANKING AND CONTRACT NEGOTIATION ................................................................ 10
C. TERM OF CONTRACT ............................................................................................................. 10
D. TERMINATION OF CONTRACT ............................................................................................... 11
E. COOPERATIVE USE OF CONTRACT ........................................................................................ 11
F. PROTEST POLICY ................................................................................................................... 11
V. ATTACHMENTS...................................................................................................................14
A. SAMPLE PROFESSIONAL SERVICES AGREEMENT ................................................................ 14
B. SCOPE OF WORK ................................................................................................................... 24
3
I. GENERAL INFORMATION
The City of Prescott (hereinafter “City”) invites interested and qualified persons or firms
(hereinafter “firms”) to submit a written Statement of Qualifications (SOQ) for Pavement
Management Program and Technical Services for Fiscal Year 2024-2028.
The project goal is to acquire an accurate assessment of The City’s current and existing asphalt
conditions and other right of way assets. To then implement that data into Lucity Pavement
Management System (Lucity) to update and advance the City’s Pavement Management
Program and to facilitate its accuracy in producing project and budget-based scenarios. The
finished result is to have a fully functioning Lucity with accurately assessed paved assets,
performance curves assigned to these assets, and a functioning asset tracking module that can
be used to generate capital improvement planning reports. The objective is to gain an accurate
inventory of right of way assets in Geographical Information System (GIS) / Lucity with a
general condition assessment and develop a 5-year pavement rehabilitation and preservation
plan with supporting budgets.
The City is requesting a statement of qualification (SOQ) from qualified professional
consulting firms with experience in developing and maintaining a Pavement Management
Program (PMP) to provide professional services for updating the City’s PMP. The City uses
the PMP to cost-effectively manage the street network and optimize the scheduling of
pavement maintenance work, in support of the City’s on-going efforts to maintain the City’s
roadway system. The City plans to requisition inventory of all right of way (ROW) assets
including but not limited to; sidewalk, sidewalk ramps, curb types, gutters, driveways,
guardrail, and signage along with a corresponding condition assessment (Good, Fair, Poor).
This request for statement of qualification includes a description of the proposed project, the
proposal requirements, the criteria for selection, and the scope of services to be provided by
the Consultant. All firms interested in submitting a proposal must have sufficient, readily
available trained personnel, support services, specialized subconsultants, and financial
resources to carry out the work without delay. The selected consultant will be expected to
conduct automated field surveys, evaluate the conditions of the City’s streets, and propose
rehabilitation work needed and an optimal program of pavement preservation for lifecycle
management, establish funding required for rehabilitation and lifecycle preservation, complete
ROW asset inventory and condition assessment and prepare reports needed for updating to the
City’s PMP.
Consultants may submit proposals as a single organization or firm with in-house capabilities,
or as a team of consultants to fulfill services of this RSOQ. For specialized work for which the
prime consultant will require a sub-consultant, the prime consultant will serve as an
administrative liaison between the City and the sub-consultant.
Only one contract will be awarded. A contract shall be awarded on the basis of demonstrated
competence and qualifications pursuant to A.R.S. § 34-604. The contract will be for the term
of three (3) years, with the consideration of two (2) one (1) year extensions based on successful
completion of work and mutual agreement. The value of the contract will vary based on
projected City needs and available budget.
To be eligible for consideration, firms must submit a single SOQ demonstrating appropriate
competence, qualifications, and relevant experience. The City will apply a one-step process to
4
select the successful firm under this procurement. The one-step process will involve review
and evaluation of the SOQ to establish a final list. The final list will consist of not less than
three (3), depending on submissions received, but no more than five (5) of the highest ranked
firms. The City will then attempt to negotiate a Scope of Work, Fee, and Schedule that is
acceptable to both parties. The City will continue through the list of qualified consultants until
a mutual agreement is reached. At that time, the Public Works Department will take the request
to the city council and recommend that the City enter into a Professional Services Agreement
with the selected firm. If that recommendation is approved by the city council, the Agreement
will be executed and a Notice to Proceed will be issued.
A. SCOPE OF SERVICES
The Consultant will be required to update the City's PMP including ROW inventory and
general condition assessment and make recommendations for optimal lifecycle
management of its roads including annual preservation and rehabilitation work based on
the City budgets and available funding. This RSOQ encompasses all phases of the project.
Responsibilities will include, but are not limited to:
Modifications and updates to the database
Street condition surveys (Automated), and data entry
ROW inventory and condition surveys with data entry
Analyzing the Pavement Management Program
Preparing Pavement Management reports
Mapping and data management
The draft Scope of Work (Attachment A) is intended as a guide only. SOQ should include
a complete Scope of Work prepared by the Consultant, outlining the tasks and subtasks
required for the successful implementation of the project. The proposed Scope of Work
should include any critical data, information, procedures, or tasks that may have been
overlooked in this RSOQ for the proposed pavement management update. If the Consultant
deems any tasks or deliverables listed in the RSOQ to be excessive, extraneous, or lacking,
those items should be clearly identified in the SOQ. Any additional services proposed by
the Consultant, beyond those necessary to successfully complete the Scope of Work,
should be listed as "optional" in the SOQ.
B. REQUESTS FOR INFORMATION
Firms who desire clarification of the procurement terms, selection criteria or submittal
requirements shall restrict their inquiries to written communications only. All
communications (other than delivery of the proposal as defined below) shall be addressed
to:
LaTona Jones
Contract and Purchasing Administrator
Latona.jones@prescott-az.gov
Requests for information must be received by the project representative prior to 5:00pm on
Tuesday, November 9, 2023. Responses, or addenda as required, will be issued no later
than 12:00pm (noon) on Monday, November 13, 2023. A receipt of the addenda must be
acknowledged, and a copy fully submitted with the firm’s submission. It is the submitter’s
sole responsibility to check the City’s website for periodic updates or addenda.
5
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow DOI/HHS Buy Indian Small Business Industry Day Active Contract Opportunity Notice ID

Federal Agency

Bid Due: 5/15/2024

General and Merchant Banking, pCard, Debit Card, Cashiering, and Payment Acceptance OPEN 240172

City of Tucson

Bid Due: 5/06/2024

Inspection, Maintenance, and Repair of Operable Wall Partitions OPEN 245081 0 4/18/2024 5/9/2024

City of Tucson

Bid Due: 5/09/2024

Bid Information Type Request for Proposal Status Issued Number RFP 2024-118 Addendum 2

Coconino County

Bid Due: 5/08/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.