REQUEST FOR PROPOSAL

Similar documents
REQUEST FOR PROPOSALS

CITY OF KOTZEBUE REQUEST FOR PROPOSAL ADMINISTRATION IT SERVICES FOR FY18 REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SUPPORT SERVICES

Request for Proposals

The following services are to be provided to Highland City in the area of IT:

REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SUPPORT SERVICES

VILLAGE OF MALONE REQUEST FOR PROPOSALS SUBMISSION DEADLINE: 3:00 PM Friday, January 5, 2018

2018 ASSET MANAGEMENT SYSTEM ADDENDUM # 1 TO REQUEST FOR PROPOSALS

Energy Data Management Software Implementation Project

City of Lincoln, Nebraska Request for Proposal (RFP) Consulting Services for JD Edwards World Software A7.3 Migration to World Software A9.3.

CITY COUNCIL AGENDA ITEM CITY OF SHORELINE, WASHINGTON

CASITAS MUNICIPAL WATER DISTRICT

THE TOWN OF SUMMERVILLE. Request for Proposal Public Works Asset Management System

Request for Proposals (RFP) Shared Information Technology (IT) Services for Rural Communities of Scott County, Iowa

Request for Proposal: City of Claremont Parking Garage Evaluation & Maintenance Program

Enterprise Asset Management Software

Midpeninsula Regional Open Space District

Customer Billing and Revenue Data Warehouse Design and Implementation Project

Request for Proposals

Requests for qualifications proposal for Services

REQUEST FOR PROPOSAL. Customer Inquiry Tracking Planning and Implementation Project Phase I March 25, 2014

Request for Proposals Information Technology Support Services

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

REQUEST FOR QUALIFICATIONS (RFQ)

Technology Services RFP Town of Hooksett. Administration Department Dr. Dean Shankle May 2, 2019

DOOLY COUNTY SCHOOLS. Copier Bid #

PROFESSIONAL CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ)

Village of Lincolnwood

Village of Algonquin Request for Proposals Accounting Services

City of Dawson Creek Request for Proposals No

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO.

REQUEST FOR PROFESSIONAL SERVICES

REQUEST FOR PROPOSAL PROFESSIONAL SERVICES AUTOMATION SOLUTION. Submittal Date: April 22, 11:00 AM (PST)

Room Scheduler Rev. 0 Bid # Scope of Work

Document Management System Request for Proposals

DOOLY COUNTY SCHOOLS. Copier Bid #

DOOLY COUNTY SCHOOLS. Copier Bid #

Request for Proposals

REQUEST FOR PROPOSALS

Request for Proposal Design Engineering Services City of Glendale 2019 Road Projects August 2018

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW

REQUEST FOR PROPOSAL Town of Lochbuie Water System Master Plan

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR MUNICIPAL PROFESSIONALS

CUSTOMER NAME Security Awareness Education Request for Proposal. Program Content & Hosting Services Date

Request for Proposal Human Resources Consultant

Water & Sewer Commission

RFP NO A CONTRACT FOR THE PROCUREMENT AND INSTALLATION OF AN ENTERPRISE RESOURCE PLANNING SYSTEM PART V. EVALUATION CRITERIA AND PROCESS

Request for Proposals CONTRACTED LANDSCAPE ARCHITECTURE SERVICES

City of Compton Water Utility Division

City of Great Bend. Request for Proposal

City of San Mateo Clean Water Program Programmable Logic Controller (PLC) and Human Machine Interface (HMI) Programming Services

REQUEST FOR PROPOSALS: AUDIT AND TAX SERVICES

City of Sultan Request for Proposals City Attorney Services

Release of RFP February 9, 2017 RFP Questions and Clarifications Deadline February 16, 2017 at 4 p.m.

3.0 INTRODUCTION - PERFORMANCE SPECIFICATIONS Purpose of Procurement

An Esri White Paper October 2010 Esri Production Mapping: Meeting the Needs of Water and Wastewater Utilities

PLEASANT GROVE CITY FIRE STATION AND POLICE AND COURTSBUILDINGS

REQUEST FOR QUALIFICATIONS

PUBLIC ANNOUNCEMENT REQUEST FOR DESIGN-BUILD SERVICES STATEMENTS OF QUALIFICATIONS (GREENVILLE CITY SCHOOL DISTRICT)

Purchasing Department 102 South Hickory Avenue Bel Air, MD REQUEST FOR INFORMATION RFI #

Illinois Valley Regional Dispatch RFP Disclaimer Logging Recorder

VILLAGE OF GLENDALE, OHIO REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING SERVICES JULY 2015

October 25, 2018 RFP # REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL (RFP) AS NEEDED ENGINEERING DESIGN SERVICES FOR 2019, 2020 & 2021

Quotations should be received by High River on or before October 25, 2017.

SELECTION CRITERIA AND PROCESS

Data Sets That Enable the Plan: Storm Water Project Tracking By Brian K. McMahan and Melani H. Harrell, Charlotte Storm Water Services

Services Guide April The following is a description of the services offered by PriorIT Consulting, LLC.

REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES

City of Long Beach. Request For Quote/Information Number TS For Emergency Patient Care Report System (EPCRs)

GJM Core Switch Replacement Project

Design and Development of the ASEAN Secretariat s Enterprise Resource Planning (ERP) System ASEAN SECRETARIAT. Request for Proposal

Request for Proposals: Tax Increment Financing District Application Services Response Date: December 11, 2009, 2:00 PM

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

Request for Qualifications: City Engineering and Architectural Services

Cityworks Server PLL Administration (2 Days)

Request for Proposal. For. Consulting Services for. Accela Software Upgrade

ENGINEERING SERVICES Phase III Construction Engineering Services for the Benedictine Parkway Improvement Project

Request for Proposals. Hillsdale Pedestrian/Bicyclist Bridge Design

BOROUGH OF BERLIN. Municipal Planning Board Engineer. Term: January 1, 2018 to December 31, 2018.

EXHIBIT K: PROJECT ASSUMPTIONS GENERAL AND PROJECT ADMINISTRATION ASSUMPTIONS

ORACLE HOSPITALITY CLOUD CONSULTING SERVICE DESCRIPTIONS October 19, 2017

Request For Proposals Information Technology Services IT Health Check

11/20/15 SUBMISSIONS DUE: WEDNESDAY, JANUARY 13, 2016, 5:00 P.M. CDT

Lucas County Sanitary Engineer Request for Qualifications/Proposals 2015 Sanitary Sewer System Master Plan

Request for Quotation Enterprise Document Management and Workflow Software

REQUEST FOR QUALIFICATIONS UTILITY LAYOUT MAPPING AND PLAN OF RECORD AS BUILT DRAWINGS RFQ Q MR ADDENDUM #2 10:00 AM November 18, 2010

Consultant for Municipal Engineering Services

IBM Infrastructure Security Services - Managed Security Information and Event Management (Managed SIEM)

PETALUMA HISTORICAL LIBRARY AND MUSEUM Project # C

MICHIGAN DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET IT SERVICES for FileNet Enterprise Content Management (ECM) STATEMENT OF WORK

Ground Transportation Management Services

MT. PLEASANT, MICHIGAN

Migrating 20-years of Spatial Data. The Knoxville, Knox County, Knoxville Utilities Board (KGIS) Experience

Wood/Wirt County 911

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT

REQUEST FOR QUALIFICATIONS

REQUEST FOR PROPOSALS. City of Wilkes-Barre Web Based Parking Ticket Payment Solutions, and Pay-By-Phone Solution

Survey Services Rev. 0 Bid # Scope of Work

SR. GEOGRAPHIC INFORMATION SYSTEMS ANALYST

Transcription:

City of Manitowoc REQUEST FOR PROPOSAL Part A MICROSTATION/ESRI CONVERSION SANITARY AND STORM SEWER MAPPING January 2011 I. INTRODUCTION The City of Manitowoc (henceforth called City) is seeking technical assistance from a Geographic Information Systems (GIS) solutions provider (henceforth called Vendor) in developing mapping procedures for the conversion of existing sanitary and storm sewer computer-aided design (CAD) files into GIS file format. This project is based on recommendations outlined in the City s GIS Needs and Assessment Plan (2009) which is available by link on our website at (http://www.manitowoc.org/documentview.aspx?did=880) II. OVERVIEW and OBJECTIVE The City of Manitowoc Engineering and Planning Departments have been involved in a comprehensive automated mapping/facilities management (AM/FM) program since 1989. Initially all spatial data was maintained in Bentley System s MicroStation CAD environment attribute data existed in a mix of Oracle and Microsoft Access databases. Recently, all cadastral base and parcel mapping has been migrated to ESRI s file geodatabase format and is routinely exported back to MicroStation. Sewer files still exist in MicroStation; sewer attribute data resides in a Microsoft Access2003 database. All files are referenced to the Wisconsin Coordinate Reference System (WISCRS), based on the North American Datum of 1983 (i.e., NAD83(91)). As recommended in the GIS Needs and Assessment Plan, the existing cadastral workflow process consists of managing all data, updates, and modifications in a separate geodatabase production workspace. This in turn is exported nightly via a scheduled Python script to a shared publication site. In an effort to maintain data integrity, only a few select users are allowed access to the production area; numerous others are allowed access to publication files. Upon completion of the project as outlined herein, sewer mapping will be performed and managed in an ESRI geodatabase; the exact type (personal or file) or number has not yet been decided but will be determined on recommendations submitted in response to this RFP (i.e., Parts A&B). Similar to the cadastral process, it is assumed a production/publication workflow schema will exist. Included will be a systematic and automated procedure to export from the geodatabase back to MicroStation v8i file format.

The City maintains independent sewer systems for sanitary collection and stormwater discharge. The Department of Public Works (DPW) is responsible for routine maintenance of the infrastructure; the Engineering Department s responsibilities include design, contract/construction, and system inventory. Information currently available in an ESRI file geodatabase (Parcels.gdb) includes: Cadastral elements (street right-of-ways, centerlines, street names, water features, lot lines, lot splits, lot numbers, dimensions, addresses, tax key numbers, etc.) Information currently available in an ESRI shapefile includes: Stormwater Management (stormwater basins, storm ponds, BMP locations) Information currently available in CAD format (DGN files) includes: Sanitary & storm sewer elements (pipes, manholes, and text) Building sewer elements (laterals, risers, and text) Sanitary and storm sewer utility map elements are currently linked in MicroStation to a Microsoft Access database residing on a network server. The database tables include information such as length, size, age, material, elevations, labels, cleaning/maintenance schedules, and the like. Numerous MicroStation Visual Basic (VBA) routines are utilized to facilitate, automate, and maintain the database linkages. Initially, all code was written by a third party vendor specifically for the City of Manitowoc. As such, they are unique to our workflow and record keeping process. Included in this RFP is the development of routines to facilitate similar data maintenance. Stormwater management data currently resides in ESRI shapefile format. Information being monitored includes locations of best management practices, stormwater ponds, outfall/discharges, drainage areas, DNR permit facilities, maintenance agreements, deduct meters, etc. Conversion of all existing stormwater shapefiles to a geodatabase is to be included in response to this RFP. Tabular sewer data residing in the MS Access database is utilized for activities outside of the CAD environment. Items of such are sewer maintenance, complaint tracking, GASB 34 annual reporting, general engineering management, and sewer design to name a few. Therefore, it is paramount that other non-gis users continue to have access to sewer data. This may require either direct access through a database link or some other method to export GIS data to a more universally accepted format. All ESRI licensing is shared between the City of Manitowoc and Manitowoc County; additionally, there is a joint city/county GIS website. The City is currently working under ESRI ArcGIS version 9.3.1. There are no plans or budget to be moving to an ArcGIS Server enterprise implementation and do not intent to purchase ArcSDE in the near future. As such, all proposed functionality in response to this RFP should fall within the constraints of our existing licensing. Data processing/it service and support is provided to the City of Manitowoc via the Manitowoc Public Utilities (MPU), a municipally owned utility. MPU is responsible for all system wide applications including financials, payroll, and tax assessment. Additionally, they are responsible for enterprise hardware necessities including servers and networking. All design file data resides on a Windows2000 server located at City Hall. City Hall, DPW, and MPU are linked via a redundant fiber optic network. Desktop data communication is provided through a peer-to-peer 100/1000BaseT Ethernet connection. 2

III. SCOPE OF SERVICES This project shall include but not be limited to the following: 1. Attend a scoping meeting with appropriate parties to prepare a detailed project outline that reflects the outcome of the scoping meeting, and which serves as a guide to the project implementation. 2. Interview and document current workflow process. 3. Document and assess existing sewer data, database management, and file formats to determine best geodatabase model based on the City s needs, current data, and an industry standard data model. 4. The geodatabase model shall include but not be limited to all items as tracked in the existing database tables and shapefiles. Additional items may be deemed necessary as this RFP progresses. 5. Document and assess existing operational procedures and analysis, including but not limited to: a. Analyze the current VBA update procedure. b. Upgrade the VBA code to a model process. c. Assess the workflow on data maintenance. 6. Document and assess all inventory and operational procedures for file conversion, geodatabase model, training in maintenance of geodatabases, and conversion of files to geodatabases. 7. Document and assess, workflow to export the geodatabase to MicroStation DGN format with similar symbology and level assignments (including annotation) as exists in the current CAD files. 8. Create metadata for new geodatabase file & procedure for updating the metadata. 9. Create quality assurance and control procedure (QA/QC). 10. Provide staffing and workflow recommendations. With final implementation of the proposed project, the City expects to receive a fully functional GIS based sewer utility update process similar to what is currently in place. Modifications are expected, but for the most part, the workflow process should remain business as usual. Final acceptance of the project is at the sole discretion of the City. Partial completion or elimination of select options will not be acceptable without written permission from the City of Manitowoc. IV. PROCESS and PROCEDURES Enclosed is one CD containing existing ESRI geodatabase files and shapefiles, MicroStation CAD files, Microsoft Access sewer database tables, MicroStation VBA project code, CAD setup file, metadata, and license agreement. Please note this data is included only for the Vendor s response to this RFP and is not to be re-distributed in any manner without written permission from the City of Manitowoc. In an effort to become familiar with the City s current framework for updating sewer data, it is advised the Vendor load all data on their system and experiment with the existing update procedures. In the event it is not clear what is expected from such, it may be necessary for the Vendor to schedule an onsite visit or some other method of review (such as remote login); city staff will demonstrate the current procedures in place. Generally speaking, the City is very pleased with the current workflow methodology and would like to continue in a similar manner. However, the Vendor may wish to make recommendations to streamline any procedures that appear superfluous. 3

Brief Explanation of Existing Workflow 1. New construction as-built data is collected in hardcopy or note format. 2. Launch CAD Sewer Maintenance menu - place CAD elements representing sewer structures (pipes, manholes, laterals, etc.). 3. Highlight appropriate element and activate LINK option. When prompted, enter corresponding data (rim elevation, pipe invert elevation, pipe size, pipe length, construction date, district, etc). When complete, click UPDATE to post the data to the appropriate MS Access table(s). 4. The corresponding data appears in text format ready to be placed interactively. V. MAINTENANCE, TRAINING, & SUPPORT With the understanding that custom programming will be necessary to fulfill the requirements of this RFP, it will be the Vendor's responsibility to provide maintenance and support for all newly established routines in a timely manner, throughout the anticipated life cycle of the proposed system. The first year of support shall be included in the price quoted. Cost for subsequent requests will be determined on an as-needed basis. While required training may not be significant, we emphasize that the City must be able to function independently throughout the anticipated life of the product. Therefore, unless otherwise agreed upon, the Vendor will be responsible for a minimum of three, 4-hour training sessions, to be held on site, with two City staff members to familiarize themselves with the use of the newly installed procedures. Upon completion of the project, all program code will become property of the City of Manitowoc without being subject to license fees or annual support payments. All costs should be included in the price as quoted. VI. EVALUATION CRITERIA Selection of the most qualified consultant will be evaluated on the following criteria: Direct experience with municipal GIS Direct experience with MicroStation and ESRI, and working between these platforms Working knowledge of geodatabase models, industry standards and implementation therein Explanation of your firm's approach to total project management from concept development to implementation of the conversion project Methodology for coordinating with the City Ability to communicate effectively with City officials and staff 4

Capability and experience of personnel assigned to the project History of success in completing comparable projects Capability of the firm to handle the project and completion with other workload Cost and clarity of project budget Timeline for implementation VII. SUBMITTAL PROPOSALS The written response to this RFP shall include: 1. Detailed scope of work. 2. Critical path schedule & timeline. 3. Detailed fixed fee cost proposal required to complete all tasks related to the project. 4. Provision for transmitting all draft work, drawings, exhibits, plans, maps and other related works as part of the contract. In addition, the proposal should clearly address the following: Project Understanding: Provide a detailed narrative explaining your proposed process to complete the project based on the information provided. Explain your understanding of the consultant s role and responsibilities, and how the consultant will coordinate with the City. Cost Proposal and Key Personnel: Provide a fixed fee proposal to complete all requested services related to the project. Provide a cost breakdown for: 1. services and materials to research, analyze, and process the file conversion procedure; 2. provide a matrix stating which individuals will be assigned to the project and indicate their hours allocated to the project and their hourly billing rates. The fixed fee shall include any and all fees or charges for the duration of the project, including, but not limited to telephone calls, fax transmittals, postage, travel, meals, lodging, and printing costs. Any costs which are not specifically identified in your proposal will be intended as included in other items and not be the responsibility of the City. Statement of Qualifications: All proposals will contain a statement of consultant qualifications that address the following: 1. Company Overview: Provide an overview of your firm, including but not limited to the number of years in business, number of professional staff, the scope of services offered by your firm, financial strength, experience with similar municipal projects since 2005 (detail what type of file conversion project was conducted for these municipalities, and provide a list of key contacts, length of time for the project to be completed, final cost of the project, and identification of key employees who participated in the project), and the specific expertise and experience for conducting the project. 2. Professional Qualifications: List the names of key personnel, their titles, and years of experience for each individual who will be working on this project. In addition, include a narrative of each individual=s role in the project identifying both the lead person for this project and any support staff. If any sub-consultants will be used, identify these parties and explain in detail their qualifications and role in the project. 3. Explain why the City should partner with your company. What expertise and creativity will your firm provide, and what will be innovative about your process and activities that would differentiate and distinguish you from other consultants? How will your firm produce a functional process that will work with existing staff and change of workflows? What unique experience and expertise does your firm offer to the City? Identify your firm s abilities in the process of converting, maintaining and sharing data between, MicroStation and ESRI. 5

4. Any additional information distinguishing your company s ability to perform the tasks as described herein. REFERENCES Upon request of the City, a written list of Vendor clients with similar software installations may be required. The City reserves the right to contact these and other clients for reference. DEADLINES Interested firms should provide six (6) copies of the proposal to: City of Manitowoc Engineering Department 900 Quay Street Manitowoc, WI 54220-4543 Proposals will only be accepted up until 4:00 P.M. on Tuesday, February 1, 2011. Only mailed or handdelivered proposals will be accepted, and must be in the possession of the City by the above noted deadline. Proposals received after 4:00 P.M. on Tuesday, February 1, 2011, or which are faxed, e-mailed or delivered in formats other than those specified above will not be accepted. Proposals submitted after the deadline will be destroyed unless the consultant provides specific and written instructions to return the proposals. All proposals must be submitted in a sealed box or envelope and clearly marked on the outside of the package with the following information: 1. Respondents name, address, and telephone number. 2. RFP title: QUOTATION for City of Manitowoc Sewer Conversion Project@ 3. Proposal due date. Proposals will be opened on Wednesday, February 2, 2011. A final decision on the selection of a consultant is anticipated by end of Friday, February 25, 2011. All vendors, who submit proposals in response to this RFP, will be notified of the results of the selection process. The City reserves the right to make an award based solely on the proposals as submitted or to accept or reject any or all portions of proposals submitted. The Vendor must indicate any modification or exception to any requirement herein requested, otherwise acceptance is assumed and considered binding. The City estimates the project to begin in the second quarter of 2011 with completion by October 1, 2011. Any questions or comments regarding this RFP can be transmitted to: Steven Kipping 900 Quay Street Engineering Department Manitowoc, WI 54220 Voice: 920-686-6910 Fax: 920-686-6906 Email: skipping@manitowoc.org Website: www.manitowoc.org 6

City of Manitowoc REQUEST FOR PROPOSAL SEWER MANAGEMENT SYSTEM PART B-1 PART B-2 MAINTENANCE COMPLAINTS January 2011 I. INTRODUCTION The City of Manitowoc (henceforth called City) is seeking technical assistance from a Geographic Information Systems (GIS) solutions provider (henceforth called Vendor) in developing a clear, concise, and systematic process to facilitate the administration and monitoring of routine maintenance on existing sanitary and storm sewer systems. This project is supplemental to the City s Request for Proposal (Part-A) MicroStation/ESRI Conversion enclosed herein. II. OVERVIEW and OBJECTIVE The City maintains independent sewer systems for sanitary collection and stormwater discharge. The Engineering Department is responsible for design, contract/construction, and system inventory; the Department of Public Works (DPW) is responsible for monitoring and maintaining the infrastructure. The Engineering Department in conjunction with DPW has been involved in an extensive automated mapping/facilities management (AM/FM) system for over twenty years. Included in this are computer aided design (CAD) files and infrastructure database maintenance records. Spatial CAD data currently resides in Bentley System s MicroStation v8 2004 file format; sewer attribute data exists in Microsoft Access2003 database tables. However, under conditions outlined in Part-A of this RFP, it is the intent of the City to move all mapping operations to an ESRI geodatabase. There will be an export process to create MicroStation v8i DGN files. All mapping is referenced to the Wisconsin Coordinate Reference System (WISCRS), based on the North American Datum of 1983 (i.e.,nad83(91)). DPW sewer maintenance records are tracked via a Microsoft Access Sewer Management System. The program provides two principal functions routine maintenance (cleaning) and monitoring complaints. Sewer maintenance is a scheduled activity administered through an automated work order process. Complaints consist primarily of tracking sewer backup locations and resolutions to such. Part B-1 MAINTENANCE The DPW sewer maintenance crew s regimented schedule includes cleaning, monitoring, and inspecting sanitary sewer lines on a biannual basis with one-half of the city being serviced each year. A high-pressure JetVac machine is used to clean all lines under 15 diameter, with some larger lines serviced on a limited and time permitting basis. The JetVac machine allows for both jetting and rodding (cutting) operations. Thus, in addition to standard line cleaning, any potential root problems are addressed. To aid cleansing in low flow areas, a weekly/monthly flushing program exists, listing locations for such. Storm sewer operations are much less invasive consisting primarily of annual vacuuming and leaf cleaning of manholes, inlets and catch basins.

The systems are divided into numerous districts. Sanitary districts flow progressively, each discharging into a downstream district; ultimately terminating at the wastewater treatment facility. Storm districts are independent, each discharging at a unique waterway location. The sanitary sewer system must be cleaned systematically upstream pipes within a district must be cleaned prior to downstream pipes; likewise, upstream districts must be cleaned prior to downstream districts. This progression is not necessary for cleaning storm sewers. Manholes are assigned a unique label consisting of District MH# (i.e., 17-125). Since the sanitary cleaning operation must be performed systematically, two jet sequence numbers have been assigned - one corresponding to the order in which the districts are to be addressed; the second referencing the order each pipe within a district is to be cleaned. Because only smaller sewer lines are scheduled for maintenance, not all lines are assigned jet sequence numbers. That is not to say that only smaller sewer lines are to be inventoried. Often times, other less systematic maintenance becomes necessary for larger sewer lines. Again, this is not necessary for storm sewer structures. Currently, all sewer maintenance record keeping is managed through a Microsoft Access database. The process was developed as a work order system with separate office and field programs. The office portion resides on a city-wide file server and is configured as frontend/backend design (Swr_Client.mdb/Swr_Master.mdb). The field/laptop application is called Swr_Portable.mdb. The existing information is predominantly in tabular format. There are static PDF maps available for each district but are not interactive (i.e., reference only). The master program is predominantly the responsibility of the DPW Operations Manager; the field program resides on laptops operated by two sewer crews. The process includes creating work orders on the master (based on districts), downloading work orders to laptop, collection of maintenance activities in the field, and uploading maintenance data back to master. There are numerous canned reports available documenting the status of routine maintenance. Part B-2 COMPLAINTS An additional function of the existing sewer database program is a complaints section (i.e., backup problems/resolution) which is primarily the responsibility of the DPW clerical staff. Complaints are currently addressed and monitored in a tabular format only. Items tracked here are the basic what, where, when, why, who, and how. For specifics, please review the Complain table and frmcomplaints form in the enclosed Microsoft Access database files. In an effort to monitor problem areas throughout the system, the location of the mainline sewer pipe is referenced by the upstream/downstream manhole numbers of the problem area. This data is entered after the user manually looks up the information from hard copy plat maps. With the implementation of a full featured GIS, it is assumed a more graphical solution is possible. Therefore, the City is requesting proposals on providing for sewer complaint tracking to be controlled and administered through a GIS operation. 2

III. SCOPE OF SERVICES This project shall include but not be limited to the following: 1. Attend a scoping meeting with appropriate parties to prepare a detailed project outline that reflects the outcome of the scoping meeting, and which serves as a guide to the project implementation. 2. Interview and document current workflow process including analysis of current sewer management program in use. 3. Document and assess existing sewer data, maintenance procedures, database management, and file formats to determine best solution based on the City s needs. 4. Create quality assurance and control procedure (QA/QC). 5. Provide staffing and workflow recommendations including hardware and software necessary to fully implement the program as proposed. With final implementation of the proposed project, the City expects to receive fully functional sewer management and maintenance inventory system similar to what is currently in place. Modifications are expected, but for the most part, it should remain business as usual. Final acceptance of the project is at the sole discretion of the City. IV. PROCESS and PROCEDURES The existing Microsoft Access Sewer Management System is included on the enclosed CD. Please note, this data is to be used only for the Vendor s response to this RFP and is not to be re-distributed in any manner without written permission from the City of Manitowoc. In an effort to become familiar with the City s current framework for monitoring sewer maintenance inventory, it is advised the Vendor load all data on their system and experiment with the existing procedures. In the event it is not exactly clear what is expected from such, it may be necessary for the Vendor to schedule an on-site visit or some other method of review (such as remote login); city staff will demonstrate the current procedures in place. Generally speaking, the City has been very pleased with the current workflow process. However, with the progression and enhancement of GIS mapping solutions as outlined in Part A of this RFP, it is assumed a more graphical solution is possible. Therefore, to be included in response to this RFP are proposals for developing new ESRI GIS based sewer maintenance and inventory tracking procedures. 3

EXAMPLES: Ultimately, what we envision is a method similar but not limited to the following: SEWER MAINTENANCE 1. Pipe/manhole cleaning sequence parameters are updated and monitored by Engineering Department personnel through the mapping maintenance process as outlined in Part-A of this RFP (not all structures require routine maintenance). 2. The DPW Operations Manager creates new work orders based on districts via the new process developed under Part B-1 of this RFP. 3. DPW Operations Manager to export new work orders to laptops via export routine using network connection. 4. Laptops are transferred to sewer crew personnel for maintenance tracking. Sewer crew launches the GIS field operation program and loads the appropriate work order (i.e., district to be cleaned). 5. A graphical display showing structures corresponding to the work order appears (i.e., all pipes and manholes for a sewer system corresponding to the district at hand). Structures requiring attendance appear differently than non-essential structures. Pipes or manholes already cleaned appear in a different color or style than those yet to be attended to, with the next setup location appearing most prominent. Specifics on this to be determined. 6. When a work order is complete, the laptop is returned to the Operations Manager who posts the latest maintenance data to the master file location on the server. 4

COMPLAINTS 1. DPW staff receives complaint. In most instances this is based on an address location 2. User opens the Sewer Management client and opens the Complaints section. However, based on final design, this may be a separate program from Sewer Management as currently exists. 3. User is prompted for a location address is keyed in. 4. A graphical display appears showing the base map, parcel, sanitary mainline sewer, sanitary lateral, etc. 5. The mainline pipe is highlighted based on the lateral servicing the keyed in address. The user accepts the default or clicks on the appropriate mainline sewer. 6. The data entry screen appears ready for specifics to be entered (i.e., all items as noted in the existing complaints routine - see enclosed Swr_Client.mdb). V. MAINTENANCE, TRAINING, & SUPPORT With the understanding that custom programming will be necessary to fulfill the requirements of this RFP, it will be the Vendor's responsibility to provide maintenance and support for all newly established routines in a timely manner, throughout the anticipated life cycle of the proposed system. The first year of such support shall be included in the price quoted. Cost for subsequent requests will be determined on an as-needed basis. While required training may not be significant, we emphasize that the City must be able to function independently throughout the anticipated life of the product. Therefore, unless otherwise agreed upon, the Vendor will be responsible for a minimum of one, 4-hour training session, to be held on site, with two City staff members to familiarize themselves with the use of the newly installed procedures. Upon completion of the project, all program code will become property of the City of Manitowoc without being subject to license fees or annual support payments. All costs should be included in the price as quoted. 5

VI. EVALUATION CRITERIA Selection of the most qualified consultant will be evaluated on the following criteria: Direct experience with municipal GIS Working knowledge of geodatabase models, industry standards and implementation therein Explanation of your firm's approach to total project management from concept development to implementation of the conversion project Methodology for coordinating with the City Ability to communicate effectively with City officials and staff Capability of personnel to carry out the project History of success in completing comparable projects Capability of the firm to handle the project and completion with other workload Cost and clarity of project budget Timeline for implementation VII. SUBMITTAL PROPOSALS The written response to this RFP shall include: 1. Detailed scope of work. 2. Critical path schedule & timeline. 3. Detailed fixed fee cost proposal required to complete all tasks related to the project. 4. Provision for transmitting all draft work, drawings, exhibits, plans, maps and other related works as part of the contract. In addition, the proposal should clearly address the following: Project Understanding: Provide a detailed narrative explaining your proposed process to complete the project based on the information provided. Explain your understanding of the consultant s role and responsibilities, and how the consultant will coordinate with the City. Cost Proposal and Key Personnel: Provide a fixed fee proposal to complete all requested services related to the project. Provide a cost breakdown for: 1. Services and materials to independently research, analyze, and process the conversion/creation of the Sewer Maintenance procedure (Part B-1) and Complaints (Part B-2) 2. Provide a matrix stating which individuals will be assigned to the project and indicate their hours allocated to the project and their hourly billing rates. The fixed fee shall include any and all fees or charges for the duration of the project, including, but not limited to telephone calls, fax transmittals, postage, travel, meals, lodging, and printing costs. Any costs which are not specifically identified in your proposal will be intended as included in other items and not be the responsibility of the City. Statement of Qualifications: All proposals will contain a statement of consultant qualifications that address the following: 1. Company Overview: Provide an overview of your firm, including but not limited to the number of years in business, number of professional staff, the scope of services offered by your firm, financial strength, experience with similar municipal projects since 2005 (detail what type of file conversion project was conducted for these municipalities, and provide a list of key contacts, length of time for the project to be completed, final cost of the project, and identification of key employees who participated in the project), and the specific expertise and experience for conducting the project. 6

2. Professional Qualifications: List the names of key personnel, their titles, and years of experience for each individual who will be working on this project. In addition, include a narrative of each individual=s role in the project identifying both the lead person for this project and any support staff. If any sub-consultants will be used, identify these parties and explain in detail their qualifications and role in the project. 3. Explain why the City should partner with your company. What expertise and creativity will your firm provide, and what will be innovative about your process and activities that would differentiate and distinguish you from other consultants? How will your firm produce a functional process that will work with existing staff and change of workflows? What unique experience and expertise does your firm offer to the City? Identify your firm s abilities in the process of converting, maintaining and sharing data between, MicroStation and ESRI. 4. Any additional information distinguishing your company s ability to perform the tasks as described herein. REFERENCES Upon request of the City, a written list of Vendor clients with similar software installations may be required. The City reserves the right to contact these and other clients for reference. DEADLINES Interested firms should provide six (6) copies of the proposal to: City of Manitowoc Engineering Department 900 Quay Street Manitowoc, WI 54220-4543 Proposals will only be accepted up until 4:00 P.M. on Tuesday, February 1, 2011. Only mailed or handdelivered proposals will be accepted, and must be in the possession of the City by the above noted deadline. Proposals received after 4:00 P.M. on Tuesday, February 1, 2011, or which are faxed, e-mailed or delivered in formats other than those specified above will not be accepted. Proposals submitted after the deadline will be destroyed unless the consultant provides specific and written instructions to return the proposals. All proposals must be submitted in a sealed box or envelope and clearly marked on the outside of the package with the following information: 1. Respondents name, address, and telephone number. 2. RFP title: QUOTATION for City of Manitowoc Sewer Conversion Project@ 3. Proposal due date. Proposals will be opened on Wednesday, February 2, 2011. A final decision on the selection of a consultant is anticipated by end of Friday, February 25, 2011. All vendors, who submit proposals in response to this RFP, will be notified of the results of the selection process. The City reserves the right to make an award based solely on the proposals as submitted or to accept or reject any or all portions of proposals submitted. The Vendor must indicate any modification or exception to any requirement herein requested, otherwise acceptance is assumed and considered binding. 7

The City estimates the project to begin in the second quarter of 2011. However, many of the conditions set forth herein may be dependent on Part A of this RFP. Therefore, exact timing may vary considerable. In any effort, the completion and final acceptance must be prior to December 31, 2011. Any questions or comments regarding this RFP can be transmitted to: Steven Kipping 900 Quay Street Engineering Department Manitowoc, WI 54220 Voice: 920-686-6910 Fax: 920-686-6906 Email: skipping@manitowoc.org Website: www.manitowoc.org 8