Loading...
Request for Proposals_Thirty Inch Force MainMasterpiece on the Mississippi Dubuque bierd All- America City 1 2007 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: RFP for Design of the Relocation of the 30" Force Main around the former Public Works Garage Site and the Alliant Energy Site DATE: May 2, 2012 City Engineer Gus Psihoyos recommends City Council approval to release an RFP for the design to relocate the 30" Force Main from 12th Street to 7th Street. I concur with the recommendation and respectfully request Mayor and City Council approval. Michael C. Van Milligen MCVM:jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Gus Psihoyos, City Engineer Masterpiece on the Mississippi TO Michael C Van Milligen, City Manager FROM Gus Psihoyos, City Engineer Dubuque All- America City ' 1 2007 SUBJECT RFP for Design of the Relocation of the 30" Force Main around the former Public Works Garage Site and the Alliant Energy Site DATE: April 19, 2012 INTRODUCTION The purpose of this memo is to request authorization to release the attached RFP for the design to relocate the 30" Force Main from 12th Street to 7th street BACKGROUND In 1969 the existing 30" force main was constructed from the Cedar Street lift station to the Terminal Street lift station The force main route is shown in Appendix E, Exhibit 1 of the RFP (Yellow Line) The route went through the former A Y McDonald site, the former City Public Works site, and the Alliant Energy site During the early 1990's highway 151/61 was constructed through Dubuque During the highway construction portions of the 30" force main were relocated and the portion running through the A Y McDonald site was abandoned However the portion running through the old Public Works Site and the Alliant Energy site remained in place In October of 2011, the City experienced a significant failure in the existing force main Two breaks occurred simultaneously, one at the former Public Works garage site and the other at the Alliant Energy site After Repairs were completed, a third break was experienced at the former Public Works garage site The cost to repair the breaks, which occurred on the former Public works site, was significant as the site is a super fund site During the repair work some corrosion of the pipe was noted and it was also found that when constructed the pipe was set on blocking prior to bedding, and the blocking was not removed The areas of corrosion and the failed sections of pipe were near the old blocking that was found to be still in place Soil and ground water contamination has been identified on or near the existing 30" force main route that may be a contributing factor to its deterioration The adopted budget for FY 2013- FY2017 includes $849,124.00 for the design of the entire force relocation, from 7th Street to 12th Street, and constructing the first phase, from 9th Street to 11th Street. DISCUSSION With the adoption of the FY2013- FY2017 Five Year Capital Improvement Program Budget, $849,124.00 has been established to begin the Relocation of the 30" Force Main around the former Public Works Garage Site. A description of the force main relocation is as follows: Design• Establish a new alignment to re -route the 30" force main from 7th Street to 12th Street. The alignment will be based on a preliminary route established by City Staff. The alignment will be coordinated with other City projects occurring along the new route. The design will provide for a phased construction approach. Construct Phase 1: The first phase will encompass constructing the force main pipe from just east of the intersection of Elm Street and 11th Street to the 9th Street and Washington Street intersection. A short section of the designed relocation will be completed as part of the 7th Street reconstruction project. This phase completes the section of pipe adjacent to the planned intermodal facility on Elm Street and completes the installation near future intersection improvements for the two way conversion of 9th and 11th Streets; Construct Phase II & III (Future Projects): These two phases could happen in any order. Phase II is the section of force main on Washington, 7th Street to 9th Street. This section should be done in conjunction with the reconstruction of Washington Street from 7th to 9th Streets. Phase III is the section of force main from the intersection of 11th Street and Elm Street, to the tie -in point near 12th Street. This phase would also include the tie -in to the existing force main at each end and the abandonment of the existing pipe. Completing phase II and III would complete the re- routing project. The proposed schedule for the improvement projects is as follows: RFPs released to the public: Responses due: Selection Committee Review Recommendation to City Manager: Engineering initiated: Initiation of Public Bidding Sought: Bids Due: Award Contract: Project Completion (Phase 1) May 11,2012 May 24, 2012 May 29, 2012 June 11, 2012 June 18, 2012 August 20, 2012 September 6, 2012 September 17, 2012 November 16, 2012 2 The following staff members will review the proposals and formulate a recommendation: 1. Gus Psihoyos, City Engineer 2. Jonathan Brown, Water Pollution Control Manager 3. Tim Horsfield, Parking Division Manager 4. Ken TeKippe, Finance Director 5. John Klostermann, Street and Sewer Maintenance Supervisor 6. Nate Steffen, Engineering Technician 7. Todd Irwin, Engineering Technician RECOMMENDATION I recommend releasing the attached RFP to the public. BUDGET IMPACT The design and construction of the improvements will be through the FY2013 appropriation in the amount of $849,124.00 for the relocation of the 30 inch force main around the former public works garage CIP 7102413. The engineering design is expected to be $70,000 with the remaining balances being used to cover the cost of construction, easements, and engineering services during construction. ACTION TO BE TAKEN I respectfully request authorization to release to the public the attached RFP for the design of the 30 Inch Force Main Relocation Project. Attachments Prepared by Todd Irwin cc: Jenny Larson, Budget Director Jonathan Brown, Water Pollution Control Manager Tim Horsfield, Parking Division Manager Ken TeKippe, Finance Director John Klostermann, Street and Sewer Maintenance Supervisor Nate Steffen, Engineering Technician Todd Irwin, Engineering Technician 3 REQUEST FOR PROPOSAL (RFP) THE CITY OF ISSUE DATE: May 11, 2012 CONTACT: Todd Irwin FAX NON 663589 4205 563-589-4270 EMAIL: tirwin @cityofdubuque.org DUB Masterpiece on the Mississippi SUBMIT PROPOSAL /OFFER PRIOR TO CLOSING DATE: May 24, 2012 CLOSING TIME: 2:00 P.M. (local time) SUBMIT TO SEE Section 8.0 FAX /EMAIL NOT ACCEPTED DESCRIPTION: Design the Relocation of the Existing from 7th Street to 12th street. 30 Inch Sanitary Sewer Forcemain Approximately 2,340 LF. RECEIPT OF PROPOSAL If you are considering a response ❑ the left, fill in the information below you received this RFP. ACKNOWLEDGEMENT to this RFP, please mark the box to and return this sheet as a confirmation that RFP at this time, please mark the box to and return this sheet only. NO RESPONSE ❑ If you do not want to respond REPLY to this below the left, fill in the information COMPANY NAME DATE MAILING ADDRESS CITY /STATE ZIP CODE AUTHORIZED SIGNATURE PRINTED NAME TITLE OF AUTHORIZED REPRESENTATIVE EMAIL PHONE Page 1 of 29 Masterpiece on the Mississippi CITY OF DUBUQUE ENGINEERING DEPARTMENT REQUEST FOR PROPOSAL 30 Inch Sanitary Sewer Forcemain Relocation 7th Street to 12th Street City of Dubuque, Iowa April 2012 Page 2 of 29 RFP ORGANIZATION 30 Inch Sanitary Sewer Forcemain Relocation 7th Street to 12th Street Table of Contents: SECTION PAGE 1.0 Introduction ................................... ............................... 4 2.0 Project Objectives. 5 3.0 Community Background... 6 4.0 Project Scope of Services... 7 5.0 City Resources 10 6.0 Information to be Included in the Proposal... ......... ....... 10 7.0 Proposal Questions and Answers 13 8.0 Submission Requirements............ 14 Appendix A Consultant Evaluation Selection Process. 16 Appendix B RFP Rules and Protest Procedure 20 Appendix C Insurance Requirements .................. ............................... 22 Appendix D City of Dubuque Contract Terms and Conditions .................. 26 Appendix E Project Related Data ....................... ............................... 29 Page 3 of 29 30" Sanitary Sewer Forcemain Relocation 7th Street to 12th Street Masterpiece on the Mississippi Consultant Professional Services Request for Proposal April 2012 1.0 INTRODUCTION The City of Dubuque, Iowa is soliciting competitive proposals from qualified consultants to provide engineering design services for the City's 30 Inch Sanitary Sewer Forcemain Relocation 7th Street to 12th Street project Force Main Background During the late 1960's the existing 30 Inch force main was constructed from the Cedar Street lift station to the Terminal Street lift station The original route of the 1969 force is shown in Appendix E, Exhibit 1 This route (Yellow Line) went through the former A Y McDonald site, the former City Public Works site, and the Alliant Energy site Highway 151/61 was constructed through Dubuque In the early 1990's During the highway construction segment of the 30 Inch force main was relocated (Red Line) and the segment running through the A Y McDonald site was abandoned In October of 2011, the City experienced a significant failure in the existing force main Two breaks occurred simultaneously, one at the former Public Works garage site, within the building, and the other at the Alliant Energy site After Repairs were completed, a third break occurred within the former Public Works building The cost to repair the breaks that occurred on the former Public works site were significant as the site is a super fund site During the repair work some corrosion of the pipe was noted and it was also found that the pipe was set on blocking prior to bedding, and the blocking was not removed The areas of corrosion and the failed sections of pipe were near the old blocking that was found to be still in place Soil and ground water contamination has been identified on or near the existing 30 Inch force main route Due to the location of the existing pipe, the soil contaminants, and the questionable condition of the remaining 1969 pipe, the city has determined that it would be beneficial to relocate the force main IIW, P C was hired as a consultant during the repair work and to evaluate the condition of the existing force main, air relief stations, and emergency re -route procedures IIW, P C was also asked to prepare a preliminary alternate route for the force main that Page 4of29 would eliminate the approximately 3,266 If of the 1969 pipe. (Appendix E, Exhibit 2, Pg. 1 thru 3) This RFP is for the design and construction documents for all phases of the portion of force main to be relocated. We anticipate construction to happen in at least three phases, and the design will be done to accommodate this phased approach. The first phase is the section in and around the proposed intermodal site (Appendix E, Exhibit 2, Pg. 2) and a short section crossing 7th Street. This phase is the middle section of the relocation and the pipe and any air relief structures will be installed and capped. This phase needs to be constructed prior to November 15, 2012. Subsequent phases will be budgeted for and constructed in conjunction with other City capital improvements projects along the proposed route. The anticipated timeframe to design the improvements is approximately two months, following the signing of a professional services agreement /contract. The selected consultant will be expected to complete the contracted scope of work within the specified timeframe, under the general direction and coordination of the City's Engineering Department, as authorized by the City Council. The City's goal is to initiate the public bidding process for the first section of the improvements in early August 2012. 2.0 PROJECT OBJECTIVES The objectives of the project are to: 1. Review the preliminary alignment and establish an alignment for the sanitary sewer force main that optimizes the use of existing easements and ROW; Identify the exact horizontal and vertical location of the existing force main at the tie -in points. The City will provide an excavating contractor to expose the existing pipe at the tie -in points, located near 12th Street and on the south side of 7h Street at Washington. 2. Identify and obtain interest in any additional property required to construct the force main; the preliminary route impacts two properties. (Appendix E, Exhibit 2, Pg 3) 3. Design the improvements based on the information provided in the RFP, topographical survey, geotechnical and environmental investigations. 4. Coordinate alignment and placement of any structures with consultants working on the preliminary plans for the Intermodal Site and the One Way to Two Way Traffic Conversion Study for 9th and 11th Streets. Page 5 of 29 5. Coordinate with other utility providers. There is a major underground electric transmission line running along the South side of 9th street; a 12" high pressure gas main running along the North side of 9th street; and a large diameter storm sewer and water main on 11th street. Other utilities are present in the area and close coordination with those utility companies is required. 6. Obtain all required permits from the DNR, EPA, IDOT and the rail road. A permit for the rail road will not be necessary to construct Phase 1. 7 Prepare bid documents (plans and specifications) for the construction of the improvements outlined herein. The project will be bid as at least three individual construction projects. The first will be for the work from 11th street near Elm Street, to the intersection of 9th and Elm Streets. The portion crossing 7th street will be included with the 7th Street reconstruction project, schedules for construction this year. The construction documents should be assembled accordingly. In addition to providing design services, the Consultant may be asked to perform construction services such as staking and inspection. The City's budget for engineering services is as follows: Design (Survey through Contract Award — All Phases) $70,000 3.0 COMMUNITY BACKGROUND The City of Dubuque is located on the Mississippi River in northeastern Iowa, adjacent to Illinois and Wisconsin. The City is approximately 30 square miles in area, with a population of approximately 60,000 people. The City's annual operating and capital budget is over $100 million and funds a full range of services. The City's web site is www.cityofdubuque.orq. The community has a stable and diversified manufacturing base and a growing service sector. Dubuque is the major retail, medical, education and employment center for the tri -state area. Tourism continues to be a major economic force in the community. City government works in collaboration with the private sector to promote economic development. Page 6 of 29 4.0 PROJECT SCOPE OF SERVICES Although the scope of services or the project plans may be divided, truncated, phased, or expanded at the sole discretion of the City of Dubuque, the proposal shall outline the means and methods by which the consultant will provide the scope of services identified herein. 4.1 Project Management The consultant shall identify one person to serve as the Project Manager for this project. The Project Manager shall be the primary point of contact for the exchange of all information between the city and consultant team. The Project Manager will be required to perform the following: 4.1.1 Review all existing City Documents, Existing and Proposed Plans, Environmental Reports, geotechnical reports for the proposed force main route. Identify additional needed information to complete the design. 4.1.2 Prepare and submit to the Owner a bulleted progress report for the project design on a monthly basis. The summary shall contain a list of major events and accomplishments that occurred over the previous four weeks; 4.1.3 Oversee the design of the sanitary sewer force main improvements. 4.1.4 Work closely with all permitting authorities and the railroad to obtain all necessary permit coverage prior to issuing project documents for bidding. 4.1.5 Secure contact of and communication with property owners, public agencies, and other parties of interest in person and through written correspondence necessary to complete the requirements of this project. Utility companies must be contacted early in the project. All existing utilities shall be located and included in all surveys and /or resultant plans. Copies of topographic survey base sheets shall then be provided to all utility companies serving the project area for their review. Electronic files or disk copies of the base sheets shall also be made available. Utility facilities and infrastructure shall then be incorporated into all project plans. 4.2 Engineering Analysis 4.2.1 Site Characterization — Data Collection Page 7 of 29 The consultant must collect all data necessary for the design and construction of the improvements. 4.2.1.1 Detailed Ground Survey The consultant will have to perform all topographic survey work to complete the design of the improvements. The ground control and elevations are to be referenced to the City's existing geographical information system; All surveys shall be tied to NAD 1983 State Plain Iowa North FIPS 1401 (feet). It will be the consultant's responsibility to field - locate structures, utilities, and easement limits etc., to establish and protect limits of disturbance zones during construction. The minimum area surveyed shall be an area 80 feet wide for the entire alignment. Also the existing force main shall be located vertically and horizontally at the tie -in points. The City shall employ an excavating contractor to allow the pipe to be positively located by the consultant. 4.2.1.2 Environmental inspections The consultant shall obtain and review all environmental reports that have been completed in the area of the proposed alignment and provide or obtain environmental services to perform additional investigations as needed to make determinations as to the existing soil conditions and how the conditions impact the design and construction of the proposed improvements. 4.2.1.3 Additional Relevant Data The consultant will be responsible for collecting any additional data that is necessary for the design, construction, and maintenance of the proposed improvements. 4.3 Design The design of the improvements shall at a minimum address /include the following: Assume Three phases and three complete plan sets. ❑ Existing conditions Plan for the corridor; ❑ SWPPP and Erosion & Sediment Control Plan (All Phases); ❑ Plan and Profile Drawings (All Phases); ❑ Traffic Control / Detour Route (phase 0; ❑ Construction Details (All Phases); ❑ Specifications (All Phases); ❑ Agency Coordination(AII Phases) ❑ Permit Applications (All Phases). ❑ Construction Cost Estimates (All Phases) Page 8 of 29 4.3.1 Conceptual Design with Cost Estimate (All Phases) The purpose of the conceptual (50 %) design is to ensure that the City concurs with the proposed functional details and the proposed alignment /location of the proposed improvements. The conceptual design will be based on the conceptual route established the City. Multiple meetings with the City Engineer and other city consultants may be necessary prior to the City's approval of the conceptual plan. 4.3.2 Preliminary Design with Cost Estimate (All Phases) The purpose of the preliminary (75 %) design is to ensure that the City concurs with the proposed functional details; the proposed alignment /location of the proposed improvements; and the preliminary technical specifications. In addition, review of the use of existing and potential need for additional property /ROW will be evaluated by the City. To construct the improvements, additional property may be required. This will necessitate the consultant to prepare plats indicating metes and bounds, tie lines, etc. of property(s) needed to accommodate project permanent ROW /easements and any temporary construction easements. Work to produce the plats should not commence until the City Engineer approves the elements of the preliminary design. It is anticipated that two properties will be affected, near 11 th street and the hwy 151/61 off ramp at 11th street. 4.3.3 Final Design and Construction Documents with Cost Estimate (All Phases) The final design tasks /deliverables shall at a minimum consist of: ❑ Final Plats Of required) ❑ Final Construction Documents ❑ Final Plans, Specifications and Cost Estimate ❑ Permits ❑ Presentation to City Staff The Consultant shall be required to complete all of the specifications required to complete the bid documents. The detailed specifications shall include, but not be limited to, cover in sufficient detail the type and quality of materials, required tests and guarantees, methods of construction unrelated to OSHA requirements, sequence of construction, and all other information required for the construction of the project. Consultant shall provide a set of reproducible paper and electronic (ACAD) and (.PDF) construction plans and specifications signed by a Professional Engineer licensed in the State of Iowa. The plans shall include a minimum of three indivisible control points to establish horizontal and vertical control for the project. The points Page 9 of 29 must be tied into the City's GIS and must have at least three ties to identify their location in the field. ❑ The Consultant shall incorporate all addenda and related design and specification changes and updates into a final construction set for distribution. 4.4 Bidding & Contract Award During the Bidding and Award process the Consultant will be responsible for: ❑ Answering contractor questions ❑ Issuing Addenda ❑ Recommendation of award ❑ Construction plans & Specifications that include all addenda 5.0 CITY RESOURCES 5.1 Use of City Resources for the RFP Preparation All information requests shall be directed to the City's representative as detailed in Section 7.0 of this request for proposal. 5.2 Material Available for the RFP See Appendix E. 5.3 City Resources Available to the Selected Vendor The City will make DAGIS (Dubuque Area Geographical Information System) data (contours, property lines, property ownership, storm & sanitary sewer systems and aerial photography) available for this project as well as staff contact /resources persons in the Information Services Department and Engineering Department. 6.0 INFORMATION TO BE INCLUDED IN PROPOSAL The submitted proposal should address all aspects of the required work discussed in this RFP, including any cost information which should be included in the submittal and clearly titled "Project Cost Estimate ". The proposal should be prepared simply and economically, providing a straight - forward, concise description of the consultant's capabilities to satisfy the requirements of the RFP. Page 10 of 29 To simplify the review process and to obtain the maximum degree of comparability, the proposal shall include the following information and shall be organized in the manner specified below. While additional data may be presented, the following subjects must be included. They represent the criteria against which the proposal will be evaluated. 6.1 Letter of Transmittal Provide a letter of transmittal briefly outlining the Proposer's understanding of the work and list the project manager's name, address, telephone number, fax number and e-mail address. The name that is provided for the project manager will be used as the primary contact during this RFP process. 6.2 Index Each proposal shall contain a table of contents that delineates each section contained in the proposal and the corresponding page number. 6.3 Profile of Firm Provide general background information about the firm and its areas of expertise as they relate to this RFP. Include information about the key project team members who will be assigned to the project and their areas of expertise that will be utilized on the project. Include a flow chart that shows the communication path between the city and key project team members. Include all project team members on the flow chart and show the supervisory relationship between all members of the team. 6.4 Proposed Project Team Qualifications Describe the experience and success of the Firm and key personnel proposed for the Dubuque project, in performing similar projects. Specifically include any experience and success the firm or key personnel have in working on sanitary sewer force main design. Include at least 3 client references (including individual contact name and telephone numbers) from similar projects that have been completed in the last five (5) years AND the list the names of project team members proposed for the Dubuque project who have worked on the referenced projects. Describe the name and location of other sub - contracting firms that would be used by the Consultant during the project. List the approximate percentage of the work that would be performed by each of these firms. Briefly describe any relevant experience and qualifications of the sub - contracting firm. Page 11 of 29 6.5 Scope of Services Describe the means or strategy by which the Consultant would satisfy the Scope of Services. Include a copy of the sub consultants completed Work Breakdown Structure (WBS) for the project (See Appendix E), and clearly mark the services which your firm will provide as main consultant. Only mark services that are included in your proposed fee. At a minimum, the submitted WBS should include the services required by the RFP. The Consultant should indicate in the WBS any work items that are expected to be completed by City staff. 6.6 Proposed Project Schedule Provide a design /construction project schedule outlining the time period and estimated completion date of the proposed scope of work. This should include a schedule and description of all deliverable reports /documents throughout the project. The construction documents for the first phase of the project should be ready to initiate public bidding in August of 2012. 6.7 Certificate of Insurance The selected firm will be required to meet the City's insurance requirements for professional services. (See attached Insurance Schedule C /Appendix C.) 6.8 Sustainable Dubuque Initiatives In 2006, the Mayor and City Council identified Sustainability and Green City designation as a top priority. Since then, the city has been working on numerous projects to help implement this priority as listed on the website http : / /www.sustainabledubuque.orq. The selected firm shall follow the Vision Statement and eleven sustainable principles on this City of Dubuque project. Hard copy can be provided upon request. 6.9 Federal Consent Decree All potential contractors and consultants to the City of Dubuque (City) that perform work that may apply to or impact the cities sanitary sewer collection system shall sign the "Certification by contractor or consultant" Consent Decree http:// www. citvofdubuque .orglDocumentView.aspx ?DID =3173 or a hardcopy can be provided upon request. You are required to review the Consent Decree and comply fully with its terms and conditions 6.10 Fees and Compensation Provide a fixed fee budget for completion of the proposed scope of services with cost breakdowns by major scope element; Topographic Survey, Platting, Sub Surface Investigations, Design, Permitting, bidding & award. Also include a rate structure. The Consultant will be progressively paid for the earned value of Page 12 of 29 progress made for each major scope element completed, plus reimbursable expenses, subject to the agreed upon Not -to- Exceed amount as written in the signed contract. Invoices shall be paid on a monthly basis. Quotation of fees and compensation shall remain firm for a period of at least 60 days from the RFP submission deadline. 7.0 PROPOSAL QUESTIONS AND ANSWERS If you have any questions concerning this proposal, or other technical questions, please submit your requests to the City's designated representative. The City has used considerable efforts to ensure an accurate representation of information in this RFP. Each Proposer is urged to conduct its own investigations into the material facts provided. No answers given in response to questions submitted shall be binding upon this RFP unless released in writing (letter, fax or email) as an officially numbered and titled addendum to the RFP by the City of Dubuque. Any questions concerning this proposal must be received on or before 12:00 p.m. (local time) on May 21, 2012. Any inquiries received after this date will not be answered. When submitting a question to the City's representative, please include the appropriate Consultant contact information. From the date of issuance of the RFP until final City action, the Proposer shall not discuss the RFP with or contact any other City of Dubuque staff or any of the Selection Committee members except as expressly authorized by the City representative identified in this section (Section 7.0) for this proposal. Violation of this restriction will be considered a violation of the rules and be grounds for disqualification of the Proposer's proposal. Contact information is as follows: Todd Irwin. City of Dubuque Engineering Department 50 West 13th Street Dubuque, IA 52001 Phone 563.589.4270 Fax: 563.589.4205 E -mail: Tirwin @cityofdubuque.org Page 13 of 29 8.0 SUBMISSION REQUIREMENTS Before submitting a proposal, each Proposer shall make all investigations and examinations necessary to ascertain site conditions and requirements affecting the full performance of the contract and to verify any representations made by the City upon which the Proposer will rely. PROPOSAL SUBMITTAL INFORMATION • Submittal Deadline: • Submittal Mailing Address: • Submittal Copies: May 24, 2012 on or before 2:00 p.m. (Local Time) City of Dubuque Engineering Department c/o Todd Irwin 50 West 13th Street Dubuque, Iowa 52001 -4864 Proposal: Seven (7) hardcopies and one electronic (.pdf) copy shall be provided. Fees: Seven (7) hardcopies and one electronic (.pdf) copy shall be provided (under separate cover) Submit one (1) original signed proposal and six (6) copies all labeled 30 Inch Sanitary Sewer Force Main Relocation Project. Submitted proposals must be in delivered in printed format. In addition, supply one (1) electronic version of the proposal in Adobe Acrobat format. No faxed or e-mail proposals will be accepted. The proposal must be a document of not more than twelve (12) numbered 8 -1/2 x 11 -inch pages, not including the letter of transmittal, index, project schedule, dividers and the front and back covers. Proposals should not include any pre - printed or promotional materials. Any proposals exceeding 12 numbered pages may not be considered. The original proposal document shall be signed in blue ink by an officer of the company who is authorized to legally bind the Proposer to its provisions. Proposals are to contain a statement indicating the period during which the proposal will remain valid. A period of not less than sixty (60) calendar days from the proposal closing date is required. Each Consultant assumes full responsibility for delivery and deposit of the completed proposal package on or before the deadline. Any proposals received after the submittal deadline will not be considered, and will be returned unopened to the Proposer. The City of Dubuque will not be responsible for any loss or delay with respect to delivery of the proposals. The City of Dubuque is not liable for any cost incurred by any Consultant prior to the execution of an agreement or contract. Nor shall the City of Dubuque be liable for any costs incurred by the firms in responding to this RFP and those not specified in any contract. All results from this project will remain the property of the City of Dubuque. Page 14 of 29 Thank you for your consideration and interest in the project. Sincerely, Todd Irwin Engineering Technician City of Dubuque Page 15 of 29 30 Inch Sanitary Sewer Force Main Relocation 7th Street to 12th Street THE CITY OF Dusk Masterpiece on the Mississippi Consultant Professional Services Request for Proposal April 2012 Appendix A Consultant Evaluation and Selection Process Page 16 of 29 INITIAL EVALUATION CRITERIA Proposals will be screened to ensure that they meet the minimum requirements of the proposal format. A selection committee of City of Dubuque personnel will review qualifying proposals and select Firms for placement on the Consultant short -list for the project. The following criteria are among those that will be used to initially evaluate submitted proposals. 1. The proposed project team's level of professional competence and a proven track record in: ❑ Designing large diameter sanitary sewers, Force mains, and IDOT Highway Work; ❑ Applying for and obtaining the permits that will be required for this project; ❑ Working on municipal capital improvement projects in Iowa 2. The proposed project team's experience working together on similar projects. 3. The quality of the proposal based on the: ❑ Demonstrated understanding of the City's overall objectives; ❑ Design approach /methodology in completing scope of service; ❑ Level of interest; ❑ Knowledge of the project site; ❑ Proposed schedule; ❑ Creativity and problem solving ability; ❑ Ability to demonstrate initiative and motivation; and ❑ Local economic impact. ❑ Proposed fee in relationship to the services offered. Page 17 of 29 CONSULTANT SHORT -LIST EVALUATION CRITERIA A selection committee may or may not interview short - listed firms. If interviews are held, both the original submitted proposal and the results of Consultant interview may be used to evaluate consultants. In addition to the evaluation criteria listed above, interviews will be judged on the consultant's: ❑ Responsiveness and compatibility with the City; ❑ General attitude and ability to communicate; ❑ Ability of the Consultant to communicate ideas through prepared documents and presentations; ❑ Ability to listen, be flexible, and follow and /or implement direction and /or ideas or concepts; ❑ How the Consultant team would interact with the general public, City staff, and public officials; and The City may also review direct and indirect references of previous work product. The City may utilize site visits or may request additional material, information, presentations from the Proposer(s) submitting the proposals. SELECTED VENDOR FEE NEGOTIATION PROCESS Upon the successful completion of Consultant interviews, the committee shall recommend the selection of a Consultant to the City Manager. The City Manager may in turn make a recommendation to the City Council. A finalized scope of work and fee structure shall be directly negotiated with the Firm that is selected by the Dubuque City Council. After the City Council grants authority to negotiate a final scope of work and execute a contract for the project, the Consultant shall prepare and submit to the City a separate Work Breakdown Structure (WBS) to reflect the Firm's approach to the project. The City's WBS — Vertical form shall be used by the Consultant. The WBS, at a minimum, should include work tasks for each of the components outlined in the RFP, a separate line item for each deliverable, and the WBS should include project management as a separate task. Each major task /scope element of the WBS shall have a defined cost and schedule. The consultant shall indicate in the WBS the work tasks that will be completed by City staff. Once the selected consultant has prepared the WBS, the final scope of work for the project will be negotiated with the City by joint revision to the WBS in order to best meet the goals of the project while considering available funding. During the negotiation process, tasks to be completed by City staff, work reassignment to different project Page 18 of 29 team members, and addition or elimination of tasks may be modified on the WBS in order to achieve the best overall results for project. The selected consultant shall be responsible for preparing and revising the final WBS. When the final scope has been determined and a design fee has been negotiated and the WBS has been finalized, the consultant shall incorporate the WBS into the contract documents being prepared for signature. The Consultant shall also include in the final contract documents, the language contained in Appendix D - City of Dubuque Contract Terms and Conditions. If a contract satisfactory and advantageous to the City can be negotiated at a price considered fair and reasonable, the award shall be made to that offerer. Otherwise, negotiations with the offerer ranked first shall be formally terminated and negotiations commenced with the Consultant ranked second, and so on until a contract can be negotiated that is acceptable to the City. Page 19 of 29 30 Inch Sanitary Sewer Force Main THE CITY OF Relocation 7th Street to 12th Street DUB E Masterpiece on the Mississippi . Consultant Professional Services Request for Proposal April 2012 Appendix B RFP Rules and Protest Procedure Page 20 of 29 MINOR IRREGULARITIES The City reserves the right to waive minor irregularities in submitted proposals, providing such action is in the best interest of the City. Minor irregularities are defined as those that have no adverse effect on the City's best interests, and will not affect the outcome of the selection process by giving the Proposer an advantage or benefit not enjoyed by other Proposers. EXCEPTIONS Proposer exceptions to any part of the requirements stated in this request must be clearly identified as exceptions and noted in the transmittal letter and in the submitted budget. RANKING OF THE PROPOSALS No debriefings or scoring information shall be released before the City Manager has recommended that a contract be negotiated with the recommended firm. However, after said authorization has been given, all contents of the selected proposal shall become public information. DEFINITIONS The City has established for the purposes of this RFP that the words "shall ", "must ", or "will" are equivalent in this RFP and indicate a mandatory requirement or condition, the material deviation from which shall not be waived by the City. A deviation is material if, in the City's sole discretion, the deficient response in not in substantial accord with this RFP's mandatory conditions requirements. The words "should" or "may" are equivalent in this RFP and indicate very desirable conditions, or requirements but are permissive in nature. Deviation from, or omission of, such a desirable condition or requirement will not in and of itself cause automatic rejection of a proposal, but may result in being considered as not in the best interest of the City. DISPUTES /EXCEPTIONS Any prospective Proposer who disputes the reasonableness or appropriateness of any item within this RFP document, any addendum to this RFP document, notice of award or notice of rejection shall set forth the specific reason and facts concerning the dispute, in writing, within five (5) business days of the receipt of the proposal document or notification. The written dispute shall be sent via certified mail or delivered in person to the point of contract set forth in Section 7.0, who shall review the written dispute and work with the City Manager to render a decision which shall be considered final. Page 21 of 29 30 Inch Sanitary Sewer Force Main THE CITY OF Relocation 7th Street to 12th Street DUB E Masterpiece on the Mississippi Consultant Professional Services Request for Proposal April 2012 Appendix C Insurance Requirements (Schedule C, August, 2011) Page 22 of 29 Insurance Schedule C 1. shall furnish a signed Certificate of Insurance to the City of Dubuque, Iowa for the coverage required in Exhibit I prior to commencing work and at the end of the project if the term of work is longer than 60 days. Providers presenting annual certificates shall present a Certificate at the end of each project with the final billing. Each Certificate shall be prepared on the most current ACORD form approved by the Iowa Department of Insurance or an equivalent. 2. All policies of insurance required hereunder shall be with a carrier authorized to do business in Iowa and all carriers shall have a rating of A or better in the current A.M. Best's Rating Guide. 3. Each Certificate shall be furnished to the contracting department of the City of Dubuque. 4. Failure to provide minimum coverage shall not be deemed a waiver of these requirements by the City of Dubuque. Failure to obtain or maintain the required insurance shall be considered a material breach of this agreement. 5. Subcontractors and sub subcontractor performing work or service shall provide a Certificate of Insurance in accord with Exhibit I. 6. All required endorsements to various policies shall be attached to Certificate of insurance. 7. Whenever a specific ISO form is listed, an equivalent form may be substituted subject to the provider identifying and listing in writing all deviations and exclusions that differ from the ISO form. 8. Provider shall be required to carry the minimum coverage /limits, or greater if required by law or other legal agreement, in Exhibit I. Page 23 of 29 Insurance Schedule C (continued) Exhibit 1 A) COMMERCIAL GENERAL LIABILITY General Aggregate Limit $2,000,000 Products - Completed Operations Aggregate Limit $1,000,000 Personal and Advertising Injury Limit $1,000,000 Fire Damage Limit (any one occurrence) $ 50,000 Medical Payments $ 5,000 a) Coverage shall be written on an occurrence, not claims made, form All deviations from the standard ISO commercial general liability form CG 0001, or Business owners form BP 0002, shall be clearly identified b) Include ISO endorsement form CG 25 04 "Designated Location(s) General Aggregate Limit" or CG 25 03 "Designated Construction Project (s) General Aggregate Limit" as appropriate c) Include endorsement indicating that coverage is primary and non - contributory d) Include endorsement to preserve Governmental Immunity (Sample attached) e) Include additional insured endorsement for The City of Dubuque, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and /or authorities and their board members, employees and volunteers using ISO form CG 20 10 Ongoing operations B) AUTOMOBILE LIABILITY $1,000,000 (Combined Single Limit) C) WORKERS' COMPENSATION & EMPLOYERS LIABILITY Coverage A Coverage B Statutory—State of Iowa Employers Liability Each Accident $100,000 Each Employee - Disease $100,000 Policy Limit - Disease $500,000 a) Policy shall include an endorsement providing a waiver of subrogation to the City of Dubuque b) Coverage B limits shall be greater if required by Umbrella Carrier D) UMBRELLA LIABILITY $1,000,000 E) PROFESSIONAL LIABILITY $1,000,000 Page 24 of 29 Preservation of Governmental Immunities Endorsement 1. Nonwaiver of Governmental Immunity. The insurance carrier expressly agrees and states that the purchase of this policy and the including of the City of Dubuque, Iowa as an Additional Insured does not waive any of the defenses of governmental immunity available to the City of Dubuque, Iowa under Code of Iowa Section 670.4 as it is now exists and as it may be amended from time to time. 2. Claims Coverage. The insurance carrier further agrees that this policy of insurance shall cover only those claims not subject to the defense of governmental immunity under the Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. Those claims not subject to Code of Iowa Section 670.4 shall be covered by the terms and conditions of this insurance policy. 3. Assertion of Government Immunity. The City of Dubuque, Iowa shall be responsible for asserting any defense of governmental immunity, and may do so at any time and shall do so upon the timely written request of the insurance carrier. 4. Non - Denial of Coverage. The insurance carrier shall not deny coverage under this policy and the insurance carrier shall not deny any of the rights and benefits accruing to the City of Dubuque, Iowa under this policy for reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of the defense(s) of governmental immunity asserted by the City of Dubuque, Iowa. No Other Change in Policy. The above preservation of governmental immunities shall not otherwise change or alter the coverage available under the policy. SPECIMEN Page 25 of 29 30 Inch Sanitary Sewer Force Main THE CITY OF Relocation 7th Street to 12th Street DUB E Masterpiece on the Mississippi . Consultant Professional Services Request for Proposal April 2012 Appendix D City of Dubuque Contract Terms and Conditions Page 26 of 29 TERMS AND CONDITIONS The following clauses shall be included in the final signed contract: 1. CONSULTANT'S ENDORSEMENT ON PLANS. The Consultant shall endorse the completed computations prepared under this Agreement, and shall affix thereto the seal of a licensed professional engineer, or licensed professional architect, licensed to practice in the State of Iowa, in accordance with the current Code of Iowa. 2. CHANGE IN SCOPE OF SERVICES. No change in scope shall be permitted during this project without the prior written agreement of both parties and the WBS being updated. 3. SUBSTITUTION OF PROJECT TEAM MEMBERS. The Project Manager, partners, management, other supervisory staff and technical specialists proposed for the project may be changed if those personnel leave the Consultant. These personnel may also be changed for other reasons however, in either case, the City retains the right to approve or reject the replacements and no replacements shall begin working on the project without the express, prior written permission of the City of Dubuque. 4. INSURANCE. Consultant shall at all times during the performance of this Agreement provide insurance as required by the attached Insurance Schedule. 5. INDEMNIFICATION. To the fullest extent permitted by law, Consultant shall indemnify and hold harmless the City from and against all claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the Contract, provided that such claim, damages, loss or expense is attributable to bodily injury, sickness, disease or death, or injury to or destruction of property (other than the Project itself) including loss of use resulting therefrom, but only to the extent caused in whole or in part by negligent acts or omissions of the Consultant, Consultant's subcontractor, or anyone directly or indirectly employed by Consultant or Consultant subcontractor or anyone for whose acts Consultant or Consultant's subcontractor may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. 6. ERRORS & OMISSIONS. In the event that the work product prepared by the Consultant is found to be in error and revision or reworking the work product is necessary, the Consultant agrees that it shall do such revisions without expense to the City, even though final payment may have been received. The Consultant must give immediate attention to these changes so there will be a minimum of delay during construction. The above and foregoing is not Page 27 of 29 to be constructed as a limitation of the City's right to seek recovery of damages for negligence on the part of the Consultant herein. 7. OWNERSHIP OF ENGINEERING DOCUMENTS. All sketches, tracings, plans, specifications, reports on special studies and other data prepared under this Agreement shall become the property of the City and shall be delivered to the Project Manager upon completion of the plans or termination of the services of the Consultant. There shall be no restriction or limitations on their future use by the City, except any use on extensions of the project or on any other project without written verification or adaptation by the Consultant for the specific purpose intended will be the City's sole risk and without liability or legal exposure to the Consultant. The City acknowledges the Consultant's plans and specifications, including all documents on electronic media, as instruments of professional service. Nevertheless, the plans and specifications prepared under this Agreement shall become the property of the City upon completion of the services and payment in full of all moneys due to the Consultant. The City and the Consultant agree that any electronic files prepared by either party shall conform to the specifications listed in Attachment _ of the contract. Any change to these specifications by either the City or the Consultant is subject to review and acceptance by the other party. Additional efforts by the Consultant made necessary by a change to the CADD software specifications shall be compensated for as Additional Services. The City is aware that significant differences may exist between the electronic files delivered and the respective construction documents due to addenda, change orders or other revisions. In the event of a conflict between the signed construction documents prepared by the Consultant and electronic files, the signed construction documents shall govern. The City may reuse or make modifications to the plans and specifications, or electronic files while agreeing to take responsibility for any claims arising from any modification or unauthorized reuse of the plans and specifications. 8. SUBLETTING, ASSIGNMENT OR TRANSFER. Subletting, assignment, or transfer of all or part of the interest of the Consultant in this Agreement is prohibited unless written consent is obtained from the Engineer and approved by the City. Page 28 of 29 30 Inch Sanitary Sewer Force Main THE CITY OF Relocation 7th Street to 12th Street DUB E Masterpiece on the Mississippi Consultant Professional Services Request for Proposal April 2012 Appendix E Project Data: 1969 Force main Route and 1990 relocation (.pdf} Preliminary Force Main Relocation route (pdf) Work Breakdown Schedule (pdf) Environmental studies and Preliminary plans are available on the City FTP Site: For FTP Site Access Contact: Engineering Department 563 - 589 -4270 Page 29 of 29 4 1 Old City Public Works Site Y McDonald i !leant Ener4 Sit .. n rr II II II II ao 30" dIP 30" DIP 30" RI IN90 "nIP S Washington Street a 0 DESIGN TEAM: ICI CITY OF DUBUQUE - ENGINEERING DEPT DUBUQUE COUNTY r PROJECT NUMBER: 5 30" DIP 3 5 PRELIMINARY FORCE MAIN ROUTE 30" DIP 0 25' 50' SCALE 1" = 50' FEET 100' 30" DIP 30" Sanitary Sewer Force Main Relocation - PH II SHEET: 1 OF 3 n m rn 1 L_ •___ D 9 IT I, ® m 4 4 Wa hingtoif Stree PRELIMINARY FORCE MAIN ROUTE El 0, 108 Co 0 1 S —r 0 G7 O 0 25' 50' SCALE 1" = 50' FEET 100' 1 1 Elm Street PRELIMINARY FORCE MAIN~`'y ~ y ROUTE T i 30" DIP 30" DIP' 30" DIP dIQ .,0E ... ----- dra 0 ELM .ST ET - = =, -- d!'Q „D£ —a — CO I DESIGN TEAM: Eng. Dept. CITY OF DUBUQUE - ENGINEERING DEPT DUBUQUE COUNTY PROJECT NUMBER: - '�9pltl'15FRC�i -- �J u: s. j 51 ------------------ 30” Sanitary Sewer Force Main Relocation - PH SHEET: 2 OF 3 REV. 03 -30 -12 H 3HO 3HO PRELIMINARY FORCE MAIN ROUTE iC Railroad Corp. M -M &M LLC 3H0 RN aaa 3H0 0 u) 0 4 O4, 3a, N. N. 304 M -M &M LLC IDOT - Hwy 3°"4,0 611151 R.O.W. I DESIGN TEAM: Eng Dept. (CITY OF DUBUQUE - ENGINEERING DEPTI DUBUQUE COUNTY PROJECT NUMBER: 0 25' 50' SCALE 1" = 50' FEET 12th Street 100' M -M &M LLC 1 30" Sanitary Sewer Force Main Relocation - PH III I SHEET: 3 OF 3 REV. 03 -30 -12 I City of Dubuque, Iowa Work Breakdown Structure (WBS) Scope of Services Element 4.10 Project Management Proposal Amount Proposal Total % Prime Amount Prime To Sub 1 Amount Sub 1 To Sub 2 Amount Sub 2 To Sub 3 Amount Sub 3 To Sub 4 Amount Sub 4 To 4 1 1 Document Review $ - 4 1 2 Progress Reports $ - 4 1 3 Oversee Design $ - 41 4 Permitting $ - 4 1 5 Coordination with Stakeholders $ - Sub Total: $ - $ - $ - $ - $ - $ - 4.20 Engineering Analysis $ - 4 2 1 Site Characterization $ - 4 2 1 1 Detailed Gound Survey $ - 4 2 1 2 Environmental / Geotechnical / Archeological $ - 4 2 1 3 Additional Relevant Data $ - Sub Total: $ - $ - $ - $ - $ - $ - 4.30 Design 4 3 1 Conceptual Design with Cost Estimate 50% $ - 4 3 2 Preliminary Design with Cost Estimate 75% $ - 4 3 3 Final Design / Bidding Documents with Cost Est $ - Sub Total: $ - $ - $ - $ - $ - $ - 4.40 Bidding & Award $ - Sub Total: $ - $ - $ - $ - $ - $ - Proposal Total $ - $ - $ - $ - $ - $ - 4 1 Old City Public Works Site Y McDonald i !leant Ener4 Sit .. -- 111 c r ii ' II % 1 ii d � ' 111 i 1 CO 1 T'I I I �_ . I 1 -"r7- I ill 7�;IGy� k 1 3 sCr I �I 7 / m m. .ix I ,Ir ti II a I 1 II + S S S N d jf , PRELIMINARY FORCE MAIN ROUTE .Ik iT}'K ._ @] 11,70. 1 a p/ 0 „_ imp" 9 I ' _30DIP r 34” PIP 30PP �1� , DP �30DIP X30 DIP 30OIP • ' -I N. Washington Street -S--- -r -S S - - -- S S , S ' ` Y N arm a , b � 0 25' 50' 100' SCALE 1" = 50' FEET I 1 I 1I om II 1 I p t I m m 1 w ci I 0 9 v d l VI i I I • 1 p\ I\_ S DESIGN TEAM: ICI ICITY OF DUBUQUE - ENGINEERING DEPTI DUBUQUE COUNTY PROJECT NUMBER: 30" Sanitary Sewer Force Main Relocation - PH II I SHEET: 1 OF 3 REV 03 -20 -12 . m ° a hin ton Street `, "` i I ��;m 1 dI" I Y �I 1 1 1 4s \- L �� IA L I II l II w - --M 9th Street it I# , I a I #I II II IL I 3 I 1 I I II I I PRELIMINARY FORCE MAIN , 0---;fftsh Street 1 Ic I I I II II I}) 11 II II li II II II 1 -s 11th Street i .. I S Je 1 A d : .,., ROUTE i •.• 1 n. II II II C I, i q?i it li .. ` `•.,,, p � 1"; , J� u 0 25' 50' 100' CALE 1" = 50' FEET + . I 1 '; !� y °.aq �'` — w�...- .�..- ,.- „,,,_,�,�... .,,,,�+. ' -- _.__Eiin a � ' A 1 -- 1'1. eet PRELIMINARY FORCE MAIN ^-.,� `'t ---11------------- >.,. .._._-._ is ' - m 30* DIP �� r'' / •�c l 90^DI0 30” DIP'30'.A1P dIO.AE d10.0 ^....,. -0. _ ..`.' * p - '�_•__..__D- __ter_... o r.r xM✓1�u Mffj � `-- _.- -. -.._ DESIGN TEAM: Eng. Dept. OF OF DUBUQUE - ENGINEERING DEPTI DUBUQUE COUNTY PROJECT NUMBER: 30" Sanitary Sewer Force Main Relocation - PH I SHEET: 2 OF 3 REV. 03 -30 -12 0 � ^e 3140 3140 PRELIMINARY FORCE MAN ROUTE GE Railroad Corp. - M -M&M LLC M -M &M LLC I DESIGN TEAM: Eng Dept. ICITY OF DUBUQUE - ENGINEERING DEPTI DUBUQUE COUNTY PROJECT NUMBER: u IDOT - Hwy °m`11751 R.O.W. 12th Street y 0 25' 50' 100' SCALE 1' = 50' FEET 12th Street M -M &M LLC 30' Sanitary Sewer Force Main Relocation - PH III SHEET: 3 OF 3 REV. 03-30-12 City of Dubuque, Iowa Work Breakdown Structure (WBS) Scope of Services Element 4.10 Project Management Proposal Amount Proposal Total % Prime Amount Prime To Sub 1 Amount Sub 1 To Sub 2 Amount Sub 2 To Sub 3 Amount Sub 3 To Sub 4 Amount Sub 4 To 4 1 1 Document Review $ - 4 1 2 Progress Reports $ - 4 1 3 Oversee Design $ - 41 4 Permitting $ - 4 1 5 Coordination with Stakeholders $ - Sub Total: $ - $ - $ - $ - $ - $ - 4.20 Engineering Analysis $ - 4 2 1 Site Characterization $ - 4 2 1 1 Detailed Gound Survey $ - 4 2 1 2 Environmental / Geotechnical $ - 4 2 1 3 Additional Relevant Data $ - Sub Total: $ - $ - $ - $ - $ - $ - 4.30 Design 4 3 1 Conceptual Design with Cost Estimate 50% $ - 4 3 2 Preliminary Design with Cost Estimate 75% $ - 4 3 3 Final Design / Bidding Documents with Cost Est $ - Sub Total: $ - $ - $ - $ - $ - $ - 4.40 Bidding & Award $ - Sub Total: $ - $ - $ - $ - $ - $ - Proposal Total $ - $ - $ - $ - $ - $ -