Loading...
JFK Rd Water Tower & Main Ext.MEMORANDUM June 25, 2002 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Water Tower and Northwest Arterial Watermain Extension Engineering Services Contract Award The Water Tower and Northwest Arterial Watermain Extension Engineering Services Contracts will provide the services of a qualified consultant firm in the design review, surveying and inspecting of the new proposed one million gallon water tower, which will be located adjacent to the Soccer Complex on John F. Kennedy Road, and the new 16 inch watermain from the water tower along the Northwest Arterial to Highway 20. The Project Committee interviewed and evaluated each firm by their experience on projects of this size, depth of experience, ability to create a bid climate, local involvement, reference checks and by their bid proposal. Water Department Manager Bob Green recommends award of the contracts to the Iow bidder, Veenstra & Kimm, Inc., who will be working with Buesing and Associates as a subcontractor, in the amount of $63,250 for the Water Tower, which is 68.5% under the engineer's estimate, and $88,400 for the Northwest Arterial Watermain Extension, which is 18% under the engineer's estimate. I concur with the recommendation and respectfully request Mayor and City Council approval. Michael C. Van Milligen MCVM/jh Attachment CC: Barry Lindahl, Corporation Counsel Cindy Steinhauser, Assistant City Manager Bob Green, Water Department Manager CITY OF DUBUQUE, IOWA June 24, 2002 TO: Michael C. Van Milligen, City Manager FROM: Bob Green, Water Department Manage SUBJECT: Water Tower Engineering Services Contract Award INTRODUCTION: The purpose of this memorandum is to recommend with your support that the City Council approve and award the engineering services for this project to Veenstra and Kimm, Inc. (V & K) of West Des Moines, Iowa with its subcontractor Buesing and Associates of Dubuque, Iowa. DISCUSSION: This contract will provide the services of a qualified consulting firm in the design review, surveying and inspecting of the new proposed one million gallon water tower. This new tower is to be located adjacent to the Soccer Complex on John F. Kennedy Road. The Project Committee established its recommendation by interviewing and evaluating each firm by their experience on projects of this same size, depth of experience, ability to create a bid climate, local involvement, reference checks and by their bid proposals. In following the above criteria it was determined by the project committee that Veenstra and Kimm, Inc. of West Des Moines, Iowa with its subcontractor, Buesing and Associates of Dubuque, Iowa, provide the most experience in working on projects of this same size and they are the low bidder. Attached for your information are copies of the request for proposals, committee members involved in this process, scope of services to be performed, (Sec. V, Pg. 3) a map showing the location of the proposed project and project (Pg.9) cost estimates (Pg. 10). Five bids were received from engineering firms for this project, Stanley Consultants, Muscatine, Iowa was disqualified due to their proposal arriving late. The bids were as follows: COMPANY BID 1. Veenstra & Kimm, Inc. West Des Moines, IA $ 63,250 2. WHKS Engineering Dubuque, Iowa $ 70,000 3. IIW Engineering Dubuque, Iowa $107,300 4. MSA Engineedng Dubuque, Iowa $110,000 5. Stanley Consultants Muscatine, Iowa No Bid - Late The monies for this project will come from the Capital Improvement Project fund and the sale of General Obligation Bonds. Water Department staff estimate for this portion of the project was $200,000. The Iow bid is approximately 68.5% ($136,750 dollars) under estimate. ACTION REQUESTED: I recommend with your support that the City Council approve this recommendation in awarding this contract to Veenstra & Kimm, Inc. of West Des Moines, Iowa in the amount of $63,250.00. Attachments cc: Pauline Joyce, Administrative Services Manager Cindy Steinhauser, Assistant City Manager Ken TeKippe, Finance Director Gus Psihoyos, Assistant City Engineer Laura Carstens, Planning Services Manager File CITY OF DUBUQUE, IOWA MEMORANDUM April 29, 2002 TO: Michael C. VanMilligen, City Manager FROM: Bob Green, Water Department Manager SUBJECT: JFK Water Tower RFP Attached for your information is a copy of our request for proposals (RFP) for engineering services for this project. Staff members have been selected to participate in creating this R.F.P. These staff members will also be part of an interview team in selecting an engineering firm for the design and inspection services for this project. City Staff and I have completed the final R.F.P. for your review. Staff and I are requesting with your approval and authorization to proceed in mailing the RFP to engineering firms in requesting their proposal. After receiving the R.F.P.'s the committee will evaluate and interview those qualified engineering firms for this project. The team will then make their recommendation to you on the firm to be selected for the design and inspection services for this project. I have scheduled a meeting with you and Pauline Joyce for Thursday, May 2, 2002 at 3:00 p.m. in your office to answer any questions that you may have. Attachments cc: Pauline Joyce, Administrative Services Manager Bob Ervolino, Assistant Water Plant Manager Mike Brekke, Water Distribution Supervisor File CITY OF DUBUQUE, IOWA MEMORANDUM April 9, 2002 TO: Susan Gwiasda, Public Information Officer, Cindy Steinhauser, Assistant City Manager, Bob Ervolino, Assistant Plant Manager, Mike Brekke, Water Distribution Supervisor, Ken TeKippe, Finance Director, Laura Carstens, Planning Services Manager, Gus Psihoyos, Assistant City Engineer FROM: Bob Green Water Department Manager SUBJECT: Water Tower Engineering RFP (Capacity One (1) Million Gallons). Project JFK Road/Soccer Complex INTRODUCTION: With the City Council's approval and authorization from City Manager Michael C. Van Milligen, the Water Department is to prepare an RFP to select an engineering firm for the design and inspection in the construction of one (1) million gallon water tower to be located west of the northwest arterial on John F. Kennedy Road adjacent to the Soccer Complex. This memo is intended to notify the City Staff members chosen and approved through the City Manager to participate on the RFP committee. DISCUSSION: The engineering firm selected will assist the City Staff with the design, required permits, bid documents, pay requests and inspection of this improvement project. The RFP committee will develop and distribute an RFP, review submitted proposals, interview firms and recommend the engineering firm to be selected for this project. I have attached the Water Department's C.I.P. for review of this project. ACTION REQUESTED: Please review the proposed attached RFP. I will schedule a meeting in the next few days at which time the committee will discuss and refine the RFP as needed before it is sent to the public. Attachment cc: Michael C. Van Milligen, City Manager Pauline Joyce, Administrative Manager Bill Baum, Economic Development Director Mike Koch, Public Works Director File Eagle Pohqt Water Plant 1902 Hawthorne Street Dubuque, Iowa 520gi-1416 (563) 589~291 office (563) 589~-97 fax (563) 690-6678 TDD wtrplnt@cityoffiubuque.org April 30,2002 Dear Consultant: The City of Dubuque is soliciting proposals from selected firms to provide services (schematic design through construction inspection) through all phases of construction of a new one million gallon water tower. This new tower will support the system demand needs to the west side area of the City of Dubuque. Enclosed for your review is the City of Dubuque proposed site location with scope of services and tank capacity prepared by City employees. It is designed to assist firms in preparing an all inclusive fee proposal. The selected firm for this project will provide design interpretation, review construction documents and drawings, provide on-going design recommendations and assistance through the bid specification and construction phase, and attend meetings as requested by City staff. All costs associated with these services are to be included with your firm's proposal. If you have any questions concerning this request for proposals, please feel free to contact me. Sincerely, Robert M. Green Water Department Manager cc: File Service People Integri ,ty Responsibility Innovation Tear, work REQUEST FOR PROPOSALS Consulting Engineering Services for the Design and Inspection of a One Million Gallon Capacity Water Tower for the City of Dubuque The City of Dubuque is seeking the services of a qualified consultant to design and inspect the construction of a new water tower. The new proposed water tower site is located adjacent to the Soccer complex located on John F. Kennedy Road, west of the Northwest Arterial. Introduction. Dubuque is located on the Mississippi River in northeastern Iowa, adjacent to Illinois and Wisconsin. Dubuque's terrain is varied with steep hills and bluffs and fiat river valleys. Rugged rock outcroppings dot the bluffs and many wooded areas are located within the City limits. Background. On Mamh 5, 2002 the City of Dubuque City Council approved a fiscal year 2003 budget that includes this improvement project. The FY 2003 budget includes $1,400,000 dollars in capital improvements to be funded by G.O. Bonds. II. Objective The intent to construct and place in service this proposed new water tower within 18 months from the date of signed contract with the proposed completion date no later than January, 2004. The Consultant will be required to coordinate the project with a technical committee comprising of City Water Department staff to ensure the attainment of the project's objective. It will be the Consultant's responsibility to set the agenda for all construction meetings with the Technical Committee. III. Services by City Information pertaining to the location of this project, current system pressures, and the multi-pressure zones will be provided to the consultant, as needed to complete this project, by Water Department Staff. IV. Information to be included in proposal To simplify the review process and to obtain the maximum degree of comparability, the proposal must include the following information and will be organized in the manner specified below. Letter of Transmittal Provide a letter of transmittal briefly outlining the Consultant's understanding of the work and the name, address, telephone number and fax number of the Consultant's primary contact person. Profile of Firm Provide and present the following information in a clear and concise format. (Consultants should feel free to present material to ensure that the City is fully aware of their experience and expertise in this type of project.) A. Provide the firm's official name, address, and principal offices. B. Provide references illustrating the firm's experience in water tower construction for municipalities having similar needs as Dubuque. For each reference list: · Project name and location · Contact person and telephone number · Cost of work (actual cost vs initial estimated cost) · Time required to complete the project C. Provide abbreviated resumes (one to two pages each) of the key personnel who will be working on the project, describing their education, specialized and technical competence and experience in relation to the work referenced in Paragraph B above. D. Specify the firm's ability to integrate this project into their work schedule. As stated above, the objective is to have this water tower in service by January 2004. E. Although the City has attempted to identify the work and services required, should this request for proposals not contain the scope the consultant believes to be necessary to meet the City's objective, include any ideas to improve the development of the plan and recommend work not identified in this RFP considered essential by the Consultant. F. Include a project schedule outlining the time period and estimated completion date of the proposed scope of work. This should include a schedule for and description of all deliverable products throughout the pedod. G. The proposal must specify anticipated City resources in terms of personnel, facilities or equipment to be utilized by the Consultant dudng the project contract period. V. Scope of work and services The ConsuLtant will be required to carry out the following tasks: (Responders may propose additional tasks that would help reach the project goal.) 1. Evaluate and select a specific elevation and site work required for the proposed water tower within the site provided by the City. 2. Evaluate and provide pros and cons on the type of tank to be constructed, with recommendations. Fluted column steel hydro pillar or a composite tank. 3. Meet with the Water Department to discuss the proposed water tower location. 4. Prepare estimates of quantities needed for construction. 5. Prepare plans and special project requirements utilizing City of Dubuque standard water main specifications. 6. Prepare applications for a construction permit from the Iowa Department of Natural Resources. 7. Prepare applications for permits to construct the water tower as applicable. 8. Prepare bid documents. 9. Review bid proposals. 10. Provide the City with the recommendation of the successful bidder. 11. Be available for questions that adse dudng construction via telephone or job site visit. 12. Review and make recommendation on pay requests. 13. Perform the necessary topographic survey for the water tower location to obtain information not available with existing GIS data from the City of Dubuque. 14. Provide construction staking as required by the City of Dubuque 15. Provide final inspection of the project with a recommendation to the City for acceptance. 16. Provide inspection and material testing services as needed dudng the construction of this project. VI Evaluation Criteria Proposals will be screened to ensure that they meet the minimum requirements of the proposal format. A review of qualifying proposals wilt identify potential firms which most closely meet the needs of the City of Dubuque. Proposals will be evaluated by the selection committee based upon: a. Qualifications and experience of the firm - reference checks, achievement and completion of similar projects for municipalities with characteristics similar to Dubuque. b. Project design team qualifications and experience of the principal consulting staff proposed to work on the project, vadety and application of various disciplines within the team and availability and qualifications of any sub contracting staff. c. Grasp of the project requirements - the firm's analysis, preperation and level of interest. d. Design approach/methodology in completing the scope of work and services - technical alternatives, creativity and problem solving ability. e. Responsiveness - compatibility among consultants and the City of Dubuque, general attitude, ability to communicate. f. Local economic impact - ability to incorporate local firms. g. Schedule evaluations time required to complete the project. h. Cost evaluation - cost of each task as a percentage of the total project cost. The RFP committee to rank the responsive consultants and compile a short list of firms. Those consultants remaining after the initial screening will be contacted and invited to interview before the committee to allow members of the committee to ask questions of the consultants. It is anticipated that each consultant interview will be limited to a maximum time of 45 minutes including the presentation, and question and answer period. Firms will be ranked based on the final interview and overall responsiveness to the RFP. The City of Dubuque reserves the dght to reject any and all proposals, and also reserved the right to adjust the scope of services of the actual design contract to include tasks if the tasks are deemed essential or unessential, whichever the case maybe. The City of Dubuque is an Equal Employment Opportunity Employer VII Fees and Compensation The proposal must include a proposed compensation structure for the completion of the project. Include the fees and compensation proposal in a (separate enclosure) in the RFP submittal. VIII Insurance Requirements The Consultant will be required to provide insurance as set out in the attached Insurance Schedule C. IX Taxes The City of Dubuque is exempt from all State sales tax. Do not include sales tax in the proposal. Tax exemption certification will be supplied upon request. X Contract Documents The Contract Documents will consist of the request for proposal, addendums to the proposal, responses to follow up questions and signed contracts. These documents will be on file with the City Clerk. Proposals are to be signed by an officer of the firm authorized to bind the firm to its provisions. Proposals must contain a statement indicating the period dudng which the proposal will remain valid. A pedod of not less than ninety(90) days is required, The proposal submitted by the firm shall become an integral part of the contract between the City and the firm and representations, covenants and conditions, therein contained shall be binding upon the firm executing the same. Failure to manually sign the proposal will disqualify it. Xl Submission Requirements An original plus 10 copies of the proposal must be received in the City Clerk's office at the City Hall, City of Dubuque, by 10:00 a.m. C.D.T. on Tuesday, May 21, 2002. Attn: Jeanne Schneider, City Clerk City Clerk's Office City Hall 50 West 13th Street Dubuque IA 52001-4864 Each firm assumes full responsibility for delivery and deposit of the completed proposal package on or before the deadline. The City of Dubuque is not responsible for any loss or delay with respect to delivery of the proposals. The City of Dubuque is not liable for any cost incurred during the preparation of proposals by any firm prior to the execution of an agreement or contract, nor shall the City of Dubuque be liable for any cost incurred by any firm that is not specified in contract documents. All questions and correspondence regarding this RFP should be directed to Water Department Manager Bob Green or Assistant Water Plant Manager Bob Ervolino (563-589-4291) or by FAX at 563-589-4297. Attachments cc: File SEALED QUOTATION FOR ENGINEERING AND CONSTRUCTION INSPECTION SERVICES FOR THE CITY OF DUBUQUE, IOWA ONE (1) MILLION GALLON CAPACITY WATER TOWER Quotation envelopes shall be sealed and clearly marked on the outside as a quotation for the CITY OF DUBUQUE ONE (1) MILLION GALLON CAPACITY WATER TOWER. Improper marking or failure to mark the outside of the quotation envelopes shall be cause for rejection. An unbound original plus ten copies shall be received in the office of the City of Dubuque City Clerk's office, 50 W 13th Street, Dubuque, Iowa 52001 by 10:00 a.m. CST on Tuesday, May 21, 2002. Provide one (1) copy of the proposed fees under separate cover and label accordingly. Include a cost breakdown of the professional services for: schematic design, design development, construction document, bidding, construction inspection, materials testing and administration. Each consultant assumes full responsibility for delivery and deposit of the completed proposal package on or before the deadline. The City of Dubuque is not responsible for any loss or delay with respect to delivery of the proposals. · All proposals become the property of the City of Dubuque and will not be returned. · The City of Dubuque reserves the dght to reject any and all proposals or portions of proposals and to negotiate changes with any consultant. 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 consultant that are not specified in any contract. · The City of Dubuque is an Equal Employment Opportunity Employer. Additional specifications and prop(~sal forms are available. All quotations must be on forms furnished by the City of Dubuque. The City of Dubuque reserves the right to reject any or all quotations and to waive any informality in the bidding. 7. PRICE QUOTATION SHEET ENGINEERING/CONSTRUCTION INSPECTION SERVICES FOR THE CITY OF DUBUQUE, IOWA ONE (1)MILLION GALLON CAPACITY WATER TOWER Prices quoted for services offered Less Tax: Engineering Services Pdce: TOTAL PRICE: INVe herewith offer to supply the City of Dubuque with engineering/construction inspection services for said project, within 90 days of the date of this offer, for services called for in the attached specifications. I/We understand that the total price quoted is the total cost for providing al.I documents and services related to the requirements according to these specifications and standard conditions as originally provided by the City. It is expressly understood that the city reserves the right to correct any and all deviations from these specifications with the cost of such work deducted from payment due, if the engineering firm fails to correct such deviations after due notice. INVe hereby certify that INVe am authorized to make this offer on behalf of the named tirm and to bind said firm to all conditions of this quotation. Firm Street City & State Signature Printed Name Title Phone Release Date: ., 2002 QUOTATION DUE: Tuesday, May 21, 2002 at 10:00 a.m., City Clerk's Office, 50 West 13th Street, Dubuque, Iowa 52001-2338. Proposed water ower site INSURANCE SCHEDULE C INSURANCE REQUIREMENTS FOR PROFESSIONAL SERVICES All policies of insurance required hereunder shall be with an insurer authorized to do business in Iowa. All insurers shall have a rating of A or better in the current A.M. Best Rating Guide. All policies of insurance required hereunder Shall be endorsed to provide a thirty (30) day advanced notice to the City of Dubuque of any cancellation of the policy pdor to its expiration date. This endorsement supersedes the standard cancellation statement on the Certificate of Insurance. shall furnish Certificates of Insurance to the City of Dubuque, Iowa for the coverage required in Paragraph 7. Such certificates shall include copies of the endorsements set forth in Paragraphs 2 and 5 to evidence inclusion in the policy. shall also be required to provide Certificates of Insurance of all subcontractors, and all sub-subcontractors who perform work or services pursuant to the provisions of this contract. Said certificates shall meet the same insurance requirements are required of Each Certificate of Insurance shall be submitted to the contracting department of the City of Dubuque, Iowa pdor to commencement of work/service. (The contracting department shall submit the certificates to the Finance Director.) All policies of insurance required in Paragraph 7, except Professional Liability, shall include the City of Dubuque, Iowa under the attached Additional Insured Endorsement (CG2026) and the attached Government Immunities Endorsement. Failure to provide evidence of minimum coverage shall not be deemed a waiver of these requirements by the City of Dubuque. Failure to obtain or maintain the insurance required herein shall be considered a material breach of this agreement. , subcontractors, and all sub- subcontractors shall be required to carry the following minimum insurance coverages or greater if required by law or other legal agreement: 11. PROFESSIONAL LIABILITY: COMMERCIAL GENERAL LIABILITY: General Aggregate Limit Products-Completed Operation Aggregate Limit Personal and Advertising Injury Limit Each Occurrence Limit Fire Damage Limit (any one occurrence) Medical Payments $1,000,000 $2,0O0,O0O $1,000,000 $1,000,000 $1,000,000 $. 50,000 $ 5,000 Commercial general liabilities shall be written on an occurrence form, not a claims made form. Coverage to include premises - operations - products-completed operations, independent contractors coverage, contractual liability, broad form property damage, and personal injury. UMBRELLA OR EXCESS LIABILITY: $2,000,000 12. POLICY NUMBER: COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED - DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: 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. (If no entry appears above information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to inclUde as an insured the person or organization show in the Schedule as an insured but only with respect to liability arising out of your operations or premises owned by or rented to you. Copyright, Insurance Services Office, Inc. 1994 CG 20 26 11 85 13. CITY OF DUBUQUE, IOWA GOVERNMENTAL IMMUNITIES ENDORSEMENT Nonwaiver of Governmental Immunity. The insurance carrier expressly agrees and sates 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. Claims Coverage. The insurance carder 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. 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 carder. Non-Denial of Coverage. The insurance carrier shall not deny coverage under this policy and the insurance carder 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 under the policy. 14. PROPOSALS SOLICITED FROM: Gary D. Sejkora, P.E. IIW Engineers and Surveyors P.C. 4155 Pennsylvania Avenue Dubuque Iowa 52002 Danny J. Wall, P.E. Howard R. Greene Engineering 8710 Earhart Lane SW P O Box 9009 Cedar Rapids, Iowa 52409-9009 Stanley Consultants 225 Iowa Avenue Muscatine Iowa 52761 Straka Johnson Architects 10478 St. Joseph Drive Dubuque IA 52003 Steven Ulstad Architects 1110 Bluff Street-Suite 102 Dubuque IA 52001 Jerry Anderson Design Center Associates, Inc. 169 Main Street Dubuque IA 52001 Tony Zelinskas WHKS and Company 450 Central Avenue Dubuque IA 52001 Dale Watson Fox Engineering Associates, Inc. 2501 Northloop Drive, Suite 200 Ames, Iowa 50010 Chris Ward Dun'ant Engineers - Suite 942 P O Box 509 Dubuque IA 52004 Ken Buesing Buesing & Associates 1212 Locust Street Dubuque IA 52001 Allen & Urbain Inc. 300 Main Street-Suite 310 Dubuque IA 52001 Bob Veenstra Jr. Veenstra & Kimm, Inc. 3000 Westown Parkway West Des Moines, IA 50266-1320 15; CITY OF DUBUQUE, IOWA MEMORANDUM June 24, 2002 TO: Michael C. Van Milligen, City Manager FROM: Bob Green, Water Department Manager SUBJECT: Northwest Arterial Watermain Extension Engineering Services Contract Award INTRODUCTION: The purpose of this memorandum is to recommend with your support that the City Council approves and awards the contract for engineering services for this project to Veenstra & Kimm, Inc. (V & K) of West Des Moines, Iowa with its subcontractor Buesing and Associates of Dubuque, Iowa. DISCUSSION: This contract will provide the services of a qualified consultant firm to design and inspect the construction of a new 16 inch water main along the City's Northwest Arterial from the new proposed water tower site located at the Soccer Complex on John F. Kennedy Road, south to Highway 20 and the extension of a 12 inch water main to be located on Pennsylvania Avenue from the Northwest Arterial west to the Pennsylvania Pump Station. The Project Committee established its recommendation by interviewing and evaluating each firm by their experience on projects of this size, depth of experience, ability to create a bid climate, local involvement, reference checks and by their bid proposal. In following the above criteria it was determined by the project committee that Veenstra and Kimm, Inc. of West Des Moines, Iowa with its subcontractor, Buesing and Associates of Dubuque, Iowa provide the knowledge and experience required for this type of project and they are the Iow bidder. Attached for your information are copies of the request for proposals, scope of services to be performed, (Sec. V, Page 3) a map showing the location of the proposed project (Page 7) and project cost estimates (Pg. 8). Five bids were received from engineering firms for this project. Stanley Consultants, Muscetine, Iowa was disqualified due to their proposal arriving late. The bids were as follows: COMPANY BIDS 1. Veenstra & Kimm, Inc. West Des Moines, IA 2. IIW Engineering Dubuque, Iowa 3. WHKS Engineedng Dubuque, IoWa 4. MSA Engineering Dubuque, Iowa 5. Stanley Consultants Muscatine, Iowa $ 88,4OO $104,000 $143,000 $156,000 No Bid - Late The monies for this project will come from the Capital Improvement Project fund and the sale of General Obligation Bonds. Water Department Staff estimate for this portion of the project was $107,750. The Iow bid is approximately 18% ($19,350 dollars) under estimate. ACTION REQUESTED: I recommend with your support that the City Council approve this recommendation in awarding this contract to Veenstra & Kimm, Inc. of West Des Moines, Iowa in the amount of $88,400. Attachmen~ cc: Pauline Joyce, Administrative Services Manager Cindy Steinhauser, Assistant City Manager Ken TeKippe, Finance Director Gus Psihoyos, Assistant City Engineer Laura Carstens, Planning Services Manager File CITY OF DUBUQUE, IOWA MEMORANDUM April 29, 2002 TO: Michael C. VanMilligen, City Manager FROM: Bob Green, Water Department Manag~ _ SUBJECT: Northwest Arterial Water Main Extension Engineering R.F.P. Attached for your information is a copy of our request for proposals (RFP) for engineering services for this project. Staff members have been selected to participate in creating this R.F.P. These staff members will also be part of an interview team in selecting an engineering firm for the design and inspection services for this project. City Staff and I have completed the final R.F.P. for your review. Staff and I are requesting with your approval and authorization to proceed in mailing the RFP to engineering firms in requesting their proposal. After receiving the R.F.P.'s the committee will evaluate and interview those qualified engineering firms for this project. The team will then make their recommendation to you on the firm to be selected for the design and inspection services for this project. I have scheduled a meeting with you and Pauline Joyce for Thursday, May 2, 2002 at 3:00 p.m. in your office to answer any questions that you may have. Attachments cc: Pauline Joyce, Administrative Services Manager Bob Ervolino, Assistant Water Plant Manager Mike Brekke, Water Distribution Supervisor File CITY OF DUBUQUE, IOWA MEMORANDUM April 9, 2002 TO: Susan Gwiasda, Public Information Officer, Cindy Steinhauser, Assistant City Manager, Bob Ervolino, Assistant Plant Manager, Mike Brekke, Water Distribution Supervisor, Ken TeKippe, Finance Director, Laura Carstens, Planning Services Manager, Gus Psihoyos, Assistant City Engineer FROM: Bob Green, Water Department Manage~_~._ SUBJECT: North West Arterial Water Main Extension Engineering RFP INTRODUCTION: With the City Council's approval and authorization from City Manager Michael C. Van Milligen, the Water Department is to prepare an RFP to select an engineering firm for the design and inspection in the construction of water main along the Northwest Arterial from John F. Kennedy Road, South to Highway 20. This memo is intended to notify the City Staff members chosen and approved through the City Manager to participate on the RFP committee. DISCUSSION: The engineering firm selected will assist the City Staff with the design, required permits, bid documents, pay request and inspection of this improvement project. The RFP committee will develop and distribute an RFP, review submitted proposals, interview firms and recommend the engineering firm to be selected for this project. I have attached the Water Department's C.I.P. for review of this project. ACTION REQUESTED: Please review the proposed attached RFP. I will schedule a meeting in the next few days at which time the committee will discuss and refine the RFP as needed before it is sent to the public. Attachment cc: Michael C. Van Milligen, City Manager Pauline Joyce, Administrative Manager Bill Baum, Economic Development Director Mike Koch, Public Works Director File Proposed N. W. Arterial Water Main Extension N.W. ARTERLAI, ". WATER MAIN ESTI . TE LOCATION: -Soccer Tank to J.F.K, misc. pipeA'alves @ tank site gTT. F= ESIMATE:' 16' 1800 X $65.00 1 X' $20,0OO.0O J.F.K. to Asbm3' boring @ Asbury 16' 660O X $65.0O lO0 X $180.00 Ha.n'emiew Estates boom @ ~bu~' 100 X $45;0O. -. 19-0 'X $140.00 - c~bm3' Plaza Sen'ice · Asbury to Pema. bo~g.@ Penn. 1.~~ ~oo x ,~$.oo 16, 5300 x $~$.0o 12o x $18o.oo N.W. An. to Perm. Tar, k misc. pipeAah,es @ tank site 1 X $20,000.00 - $117,000.00 $2o,ooo.oo $429,000.00' $21,600.00 $4,500.00 $16,800.00 $5,500.00 $344,500.00 $21,600.00 $77,000.00 $20,000.00 SUBTOTAL CONi'INGENCY 15% ENGINmF. RING 107o TOTAL ESTIMATE · $1,077,500.00 $161,625.00 $107,750.00 $1,346,875.00 LOCATION: N.W.A.RTER~ T, WATER MAIN ESTIMATE PENNSYLVANIA AVE. TO N.W. ARTERIAL SIZE: . ESIMATE: Penn. to HSg~Y. 20 on N.V~r. .arterial (VVest side) boring @ H~VY.20 CHECK VALVE STATION Radford Rd. @ Clmverflle Drive HVv'Y. 20 @ 'vValqnart Railroad 'Easement boring @ Railroad 16' 5000 120 1 1 1 60 X $65.00 X $180.00 X $50,000.00 X $50,000.00 X $10.000.00 X $180.00 $325,000.00 $21,600.00 $50,000.00 $50,000.00 $10,000.00 $10,800.00 SUBTOTAL CONTINGENCY 15% ENGINEF, RING 10% TOTAL ESTIMATE $467,400.00 $70,110.00 $46.740.00 $584,250.00 9 SEALED QUOTATION FOR ENGINEERING AND CONSTRUCTION INSPECTION SERVICES FOR THE CITY OF DUBUQUE, IOWA NORTH WEST ARTERIAL WATER MAIN EXTENSION Quotation envelopes shall be sealed and clearly marked on the outside as a quotation for the CITY OF DUBUQUE NORTHWEST ARTERIAL WATER MAIN EXTENSION. Improper marking or failure to mark the outside of the quotation enVelopes shall be cause for rejection. An unbound original plus ten copies shall be received in the office of the City of Dubuque City Clerk's office, 50 W 13th Street, Dubuque, Iowa 52001 by 10:00 a.m. CST on Tuesday, May 21, 2002. Provide one (1) copy of the proposed fees under separate cover and label accordingly. Include a cost breakdown of the professional services for: schematic design, design development, construction document, bidding, construction inspection, materials testing and administration. Each consultant assumes full responsibility for delivery and deposit of the completed proposal package on or before the deadline. The City of Dubuque is not responsible for any loss or delay with respect to delivery of the proposals. · All proposals become the property of the City of Dubuque and will not be returned. · The City of Dubuque reserves the right to reject any and all proposals or portions of proposals and to negotiate changes with any consultant. 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 consultant that are not specified in any contract. · The City of Dubuque is an Equal Employment Opportunity Employer. Additional specifications and proposal forms are available. All quotations must be on forms furnished by the City of Dubuque. The City of Dubuque reserves the dght to reject any or all quotations and to waive any informality in the bidding. 11 PRICE QUOTATION SHEET ENGINEERING/CONSTRUCTION INSPECTION SERVICES FOR THE CITY OF DUBUQUE, IOWA NORTHWEST ARTERIAL WATER MAIN EXTENSION Prices quoted for services offered Less Tax: Engineering Services Price: TOTAL PRICE: I/We herewith offer to supply the City of Dubuque with engineering/construction inspection services for said project, within 90 days of the date of this offer, for services called for in the attached specifications.' I/We understand that the total price quoted is the total cost for providing all documents and services related to the requirements according to these specifications and standard conditions as originally provided by the City. It is expressly understood that the citY reserves the right to correct any and all deviations from these specifications with the cost of such work deducted from payment due, if the engineering firm fails to correct such deviations after due notice. I/We hereby certify that I/We am authorized to make this offer on behalf of the named firm and to bind said firm to all conditions of this quotation. Firm Street CitY & State Signature Pdnted Name Title Phone Release Date: ., 2002 QUOTATION DUE: Tuesday, May 21,2002 at 10:00 a.m., City Clerk's Office, 50 West 13th Street, Dubuque, Iowa 52001-2338. 12 INSURANCE SCHEDULE C INSURANCE REQUIREMENTS FOR PROFESSIONAL SERVICES 1. All policies of insurance required hereunder shall be with an insurer authorized to do business in Iowa. All insurers shall have a rating orA or better in the current A.M. Best Rating Guide. 2. All policies of insurance required hereunder shall be endorsed to provide a thirty (30)day advanced notice to the City of Dubuque of any cancellation of the policy prior to its expiration date. This endorsement supersedes the standard cancellation statement on the Certificate of Insurance. 3. shall fumish Certificates of Insurance to the City of Dubuque, Iowa for the coverage required in Paragraph 7. Such certificates shall include copies of the endorsements wet forth in Paragraphs 2 and 5 to evidence inclusion in the policy. shall also be required to provide Certificates of Insurance of all subcontractors, and all sub-subcontractors who perform work or services pursuant to the provisions of this contract. Said certificates shall meet the same insurance requirements are required of 4. Each Certificate of Insurance shall be subr~itted to the contracting department of the City of Dubuque, Iowa prior to commencement of work/service. (The contracting department shall submit the certificates to the Finance Director.) 5. All policies of insurance require din Paragraph 7, except Professional Liability, shall include the city of Dubuque, Iowa under the attached Additional Insured Endorsement (CG2026) and the attached Government Immunities Endorsement. 6. Failure to provide evidence of minimum coverage shall not be deemed a waiver of these requirements by the City of Dubuque. Failure to obtain or maintain the insurance required herein shall be considered as material breach of this agreement. 7. , subcontractors, and all sub- subcontractors shall be required to carry the following minimum insurance coverages or greater if required by law or other legal agreement: 13 PROFESSIONAL LIABILITY: COMMERCIAL GENERAL LIABILITY: General Aggregate Limit Products-Completed Operation Aggregate Limit Personal and Advertising Injury Limit Each Occurrence Limit Fire Damage Limit (any one occurrence) Medical payments $1,000,000 $2,000,000 $1,000,000 $1,000,000 $1,000,000 $ 50,000 $ 5,000 Commercial general liabilities shall be written n an occurrence form, not a claims made form. Coverage to include premises-operations-products-completed operations, independent contractors coverage, contractual liability, broad form property damage, and personal injury. UMBRELLA OR EXCESS LIABILITY $2,000,000 POLICY NUMBER: COMMERICAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED - DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: 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. (If no entry appears above information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization show in the Schedule as an insured but only with respect to liability arising out of your operations or premises owned by or rented to you. Copyright, Insurance Services Office, Inc. 1994 CG 20 26 11 85 15 CITY OF DUBUQUE, IOWA GOVERNMENTAL IMMUNITIES ENDORSEMENT 1. Nonwaiver of Governmental Immunity. The insurance carder 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 Covera eL. The insurance carder 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 b y 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 carder. 4. Non-Denial of Covera,qe. The insurance carder shall not deny coverage under this policy and the insurance carder shall not deny any of the dghts and benefits accruing the City of Dubuque, Iowa under this policy for reasons of governmental 8immunity 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 Chan,cle in Policy: The above preservation of govemmental immunities shall not othe[wise change or alter the coverage under the policy. 16 PROPOSALS SOLICITED FROM: Gary D. Sejkora, P. E. IIW Engineers and Surveyors P.C. '4155 Pennsylvania Avenue Dubuque IA 52002 Danny J. Wall, P.E. Howard R. Greene Engineering 8710 Earhart Lane SW P O Box 9009 Cedar Rapids, IA 52409-9009 Stanley Consultants Attn: Jay Brady 225 Iowa Avenue Muscatine, Iowa 52761 Steve Ulstead Architects 1110 Bluff Street- Suite 102 Dubuque IA 52001 Chris Wand Durrant Engineers 700 Locust St. - Suite 942 P O Box 509 Dubuque IA 52004 Ken Buesing Buesing & Associates 1212 Locust Street DubuqUe IA 52001 Tony Zelinskas WHKS and company 450 Central Avenue Dubuque IA 52001 Dale Watson Fox. Engineering Associates, Inc. 250'1 Northloop Drive, Suite 200 Ames, IA 50010 StrakaJohnson Architects 10478St. Joseph D~ve Dubuque, Iowa 52003 Jerry Anderson Design Center Associates, Inc. 169 Main Street Dubuque IA 52001 Allen & Urbain, Inc. 300 Main Street- Suite 310 Dubuque IA 52001 Bob Veenstra Jr. Veenstra & Kimm, Inc. 300 Westown Parkway West Des Moines, IA 50266-1320 17'