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'