Loading...
Carter Rd Detent Basin ConsultaMEMORANDUM May 7, 2003 TO:The Honorable Mayor and City Council Members FROM:Michael C. Van Milligen, City Manager SUBJECT:Consultant Selection for the Design of the Carter Road Detention Basin Request for Proposals were issued for engineering and design services for the Carter Road Detention Basin. Assistant City Engineer Gus Psihoyos is recommending selection of Veenstra and Kimm, Inc. at a cost of $108,500, which is within the budgeted amount. In December of 2001, the City Council adopted the Drainage Basin Master Plan (DBMP) produced by HDR Engineering. The DBMP addressed drainage issues in the two major watersheds in Dubuque, the North Fork Catfish Creek and Bee Branch watersheds, recommending over $24 million in improvements. The first improvement recommended in the DBMP to be constructed was the NW Arterial Detention Basin, located in the North Fork Catfish Creek watershed basin. It was fully operational by the spring of 2002 and was tested by the June 4, 2002 rainstorm. While damage due to the rainstorm resulted in Dubuque's second Presidential Disaster Declaration (May 1999 and June 2002) in three years, many homes downstream of the NW Arterial Detention Basin damaged in 1999 sustained no damage in 2002. With the adoption of the Fiscal Year 2004 Capital Improvement Budget, the City Council established funding for the Carter Road Detention Basin in the Bee Branch watershed basin: The original plan was to finish the Carter Road Detention Basin in mid to late 2004. However, we are going to attempt an accelerated schedule to have the detention basin function prior to spdng 2004 rainstorms. Veenstra & Kimm believes there is a chance to get the facility built prior to the spring rains. 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 Gus Psihoyos, Assistant City Engineer Mike Koch, Public Works Director MEMORANDUM May 6, 2003 TO:Michael C. Van Milligan FROM:Gus Psihoyos, Assistant City Engineer SUBJECT: Consultant Selection for the Design of the Carter Road Detention Basin INTRODUCTION The purpose of this memorandum is to request that the City Council approve the selection of Veenstra & Kimm, Inc. (V&K) to provide engineering and design services for the Carter Road Detention Basin project. BACKGROUND In December of 2001, the City Council adopted the Drainage Basin Master Plan (DBMP) produced by HDR Engineering. The DBMP addresses drainage issues in the two major watersheds in Dubuque, the North Fork Catfish Creek and Bee Branch watersheds, recommending over $24 million in improvements. The first improvement recommended in the DBMP to be constructed was the NW Arterial Detention Basin, located in the North Fork Catfish Creek watershed basin. It was fully operational by the spring of 2002 and was tested by the June 4, 2002 rainstorm. While damage due to the rainstorm resulted in Dubuque's second Presidential Disaster Declaration (May 1999 and June 2002) in three years, many homes downstream of the NW Arterial Detention Basin damaged in 1999 sustained no damage in 2002. With the adoption of the Fiscal Year 2004 Capital Improvement Budget, the City Council established funding for the Carter Road Detention Basin in the Bee Branch watershed basin. One of the ways the City Council was able to establish the funding was through the formation of a stormwater utility fee, adopted in February 2002. While a financial plan to fund all of the improvements recommended in the DBMP in a ten-year period has been shaped, the Carter Road Detention Basin will be the first project to be constructed using stormwater utility fees as a funding source. DISCUSSION The original plan was to finish the Carter Road Detention Basin in mid to late 2004, However, we are going to attempt an accelerated schedule to have the detention basin function prior to spring 2004 rainstorms. Most engineering firms have advised that the aggressive schedule is not doable because of needed easement acquisitions; permitting from DNR and other associated agencies; and the need for suitable constructioR conditions this fall. To achieve that goal and because of the unique circumstances involved with the design and construction of the embankment proposed for the Carter Road Detention Basin, the City requires a consulting engineer with expertise in the design of dams in Iowa. To that end, a request for proposals was drafted and released to the public. Three firms submitted proposals: 1. French-Reneker & Associates (Fairfax) with Allender Butzki (Urbandale), WHKS (Dubuque), and Graham Land Acquisition Associates (Nevada); 2. Stanley Consultants (Muscatine) with Terracon (Dubuque), and Buesing & Associates (Dubuque); and 3. Veenstra and Kimm (West Des Moines) with Terracon (Dubuque) and Buesing & Associates (Dubuque). After reviewing the proposals, the selection committee (Gil Spence, Leisure Services Manager; Ken TeKippe, Finance Director; Gus Psihoyos, Assistant City Engineer; John Klostermann, Street and Sewer Maintenance Supervisor; and Deron Muehring, CMl Engineer II) agreed to interview all three firms. Following the interviews, the committee carefully deliberated each firm's qualifications and determined that Veenstra and Kimm has the experience and expertise to be successful and best responded to the objectives outlined in the requests for proposals. They also believe there is a chance to get the facility built prior to spring 2004 rains. RECOMMENDATION Based on the review of the proposals, presentations, and interviews the proposal review committee recommends that the City retain Veenstra & Kimm, Inc. to provide engineering and design services for the Carter Road Detention Basin project. BUDGET IMPACT Veenstra & Kimm's professional services fee proposal is $108,500. The project will be funded from a Fiscal Year 2004 stormwater utility appropriation of $132,000. ACTION REQUESTED The City Council is requested to approve the selection of Veenstra & Kimm, Inc. to provide engineering and design services for the Carter Road Detention Basin project and to authorize the City Manager to enter into an agreement with Veenstra & Kimm, Inc. for the project. CC:Michael Koch, Public Works Director Pauline Joyce, Administrative Services Manager Ken TeKippe, Finance Director Gil Spence, Leisure Services Manager John Klostermann, Street & Sewer Maintenance Supervisor Deron Muehring, Civil Engineer II attachment: Carter Road Detention Basin Request for Proposals CITY OF DUBUQUE PUBLIC WORKS: ENGINEERING DIVISION REQUEST FOR PROPOSALS FOR CARTER ROAD DETENTION BASIN PROJECT RFP Organization CARTER ROAD DETENTION BASIN 1.0 General Information 2.0 Introduction 3.0 Project Objectives 4.0 Project Budget and Schedule 5.0 Scope of Services 6,0 Proposal Requirements 6.1 Letter of Transmittal 6.2 Qualifications Of the Firm 6.3 Fees and Compensation 7.0 Services by the Cit 8.0 Selection Criteria 9.0 Submission Requirements Attachment A:Iowa Department of Natural Resources, Technical Bulletin No. 16, Design Criteria and Guidelines for Iowa Dams Attachment B:Iowa Department of Natural Resources and U.S. Army Coprs of Engineers Joint Application Form, Protecting Iowa Waters Attachment C:Conceptual Drawing of the Carter Road Detention Basin Attachment D: City of Dubuque Insurance Requirements for Professional Services 2 1.0 GENERAL INFORMATION The City of Dubuque' Engineering Division is seeking a consulting engineer to prepare the design of the Carter Road Detention Basin. The proposed basin will be constructed in a natural ravine within the City, providing approximately 182 acre-feet of storm water runoff storage. The majority of the design work revolves around the design of a 40-foot high embankment that will be considered a "high hazard" dam. See the "Scope of Services" section of this Request for Proposals for more details on the work to be performed. In general, the consultant must produce detailed plans, specifications, and contract documents for the detention basin in addition, the consultant will act as the project engineer during the construction phase of the project, including construction inspection to ensure that the contractor(s) follow the plans and specifications for the basin. The consultant must satisfy Iowa Department of Natural Resources (IDNR) and U.S. Army Corp of Engineers (USACE) requirements. It is anticipated that a permit will be required by each agency and it will be the consultant's responsibility to obtain all required permits. Proposals must be received no later than 5:00 p.m. CDT on April 23rd, 2003 at: City of Dubuque (Engineering) C/O Gus Psihoyos, Assistant City Engineer 50 West 13th Street Dubuque, Iowa 52001-4864 Please direct all questions and correspondence regarding this RFP to Gus Psihoyos (563-589-4275) or Deron Muehring (563-589-4276) from the City of Dubuque Engineering Division or by fax at (563) 589 - 4205. 2.0 INTRODUCTION The City of Dubuque (City) is located in northeastern Iowa iust across the Mississippi River from Illinois and Wisconsin. The City is approximately 27 square miles in area, with a population of nearly 60,000 persons. Providing a full range of services, the City's annual operating and capital budget is nearly $100 million. More information about the City organization can be found on the City's official web site at www.cityofdubuque.org. Dubuque's terrain is widely varied, with steep hills, bluffs, and a flat area protected from the Mississippi River by a floodwall. Rugged rock outcroppings dot the bluffs and many wooded areas are located within the city limits. 3 Purpose The following RFP contains a scope of services for the design and construction management services for the detention basin. The design team must have a strong background and project experience in dam construction and be familiar with the requirements set forth by the permitting agencies. Background As HDR Engineering (Omaha, NE) was preparing a Drainage Basin Master Plan (DBMP) for the Bee Branch watershed basin, drainage problems became evident to all in the late hours of May 16, 1999. A severe thunderstorm moved over Dubuque producing between two and a half (2.5) and five (5) inches of rainfall in a six hour pedod, the later indicating between a 50 and 75-year rainfall event. The resulting damage to infrastructure and private property prompted a Presidential Disaster declaration for Dubuque County. HDR recommended $24.5 million in drainage improvement projects, reporting that over 1,150 homes and businesses in the Bee Branch watershed basin are at risk of flood damage during a 100-year rainfall event. In December of 2002, the City Council adopted the DBMP prepared by HDR. The Carter Road Detention Basin project was identified as a component of the recommended solution to downstream flooding problems. Located in the northwest portion of the city, the 1.9 square mile W. 32na Street watershed sub-basin makes up 26.7% of the Bee Branch watershed. Of the 1.9 square miles, 0.80 square miles of the watershed drains to the location of the proposed Carter Road Detention Basin (see Figure 1). The DBMP asserts that the construction of an earthen embankment across the existing natural ravine would create 182-acre-feet of storage, enough capacity to capture and store - indefinitely - the storm water runoff associated with a 100- year rainfall event. 3.0 PROJECT OBJECTIVES The objectives for the consultant are: 3.1 Design the Carter Road Detention Basin; 3.2 Prepare plans and specifications; 3.3 Acquire permits from regulatory agencies; 3.4 Respond to regulatory agencies, impacted residents, and potential construction contractors; and 3.5 Manage/oversee the construction of the detention basin. 4 Figure 1.Location of the proposed Carter Road Detention Basin and the contributing drainage area to the project site within the Dubuque city limits. 4.0 PROJECT BUDGET AND SCHEDULE A total project budget of $875,000 has been established for the design, property/easement acquisitions, and construction associated with the Carter Road Detention Basin project. The anticipated project schedule is as follows: RFPs released to public: April 9, 2003 Responses due: April 23, 2003 Short list established: April 28, 2003 Interviews: May 1 through May 6, 2003 Consultant selection: May 9, 2003 Committee to Recommend Firm to City Council: May 19, 2003 Project Initiated by Consultant: June 2, 2003 5 5.0 SCOPE OF SERVICES The scope of services outlined below defines some but not all of the anticipated tasks and products required to complete the design and construction of the Carter Road Detention basin. 5.1 Project Management The consultant will be required to monitor the design and construction progress, suggest innovatigns that reduce the projects timeline and cost, and produce a monthly progress report. 5.1.1 Oversee the design of the detention basin 5.1.2 Satisfy IDNR, USACE, and other perrnitting requirements (e.g. NPDES Construction Site Permit, Floodplain Permit, 404 permit, etc.) 5.1.3 Oversee the detention basin construction 5.1.3.1 Construction Submitfals It will be the responsibility of the consultant to review shop drawings and other information submitted by contractors for compliance with the design plans and specifications and requirements of the contract documents. 5.1.3.2 Construction Inspection (Site Visits) The consultant shall make periodic visits to the construction site to observe the progress and quality of the work being performed. It will be the consultant's responsibility during construction to assure conformance with design plans and specifications. Inspections must be performed by a professional specialized in the area of work being performed. Inspections shall include, but not be limited to, observing construction and keeping detailed records f activities, quality assurance, and compliance with the plans and specifications. 5.1.3.3 Applications for Payment The consultant will be responsible for the determination as to the work satisfactorily completed for periodic payments to contractors. Change Orders 5.1.3.4 The consultant is responsible for preparing independent estimates of cost for typical change orders prepared by the contractor and participate in the negotiation and approval process for such change orders. Contract Document Interpretation 5.1.3.5 The consultant will be responsible for fu mishing detailed working drawings, spe, cifications and written instructions as necessary to interpret the Contract Documents and resolve changes brought about by actual field conditions encountered. 6 5.1.4 Acquire Property and FIooding Easements (23 properties) The Consultant, along with City staff, must meet with the residents that own property surrounding the proposed detention basin. In most cases flooding easements and/or land acquisitions will be required. 5.1.5 Manage and Present Materials at Public Meetings At least two public meetings are to be held to present the project in an open public forum to receive comment on the project design concepts. 5.1.6 Present at a City Council Work-Session 5.1.7 Manage Pre-Construction Meeting with Winning Contractor 5.2 Engineering Analysis The consultant must meet or exceed the design criteria and guidelines established in the IDNR, Technical Bulletin No. 16 (see attachment A). 5.2. Hydrologic Modeling The detention basin and associated dam must be designed to impound the 100-year recurrence interval rainstorm for flood control purposes. Because the proposed embankment will be considered a "high hazard dam," the freeboard must be designed for the probable maximum flood (PMF). The hydrologic model (HEC- HMS) prepared by HDR Engineering will be made available. 5.2.2While HDR Engineering has reported that the entire volume of runoff generated from a 100-year rainfall event could be stored at the site of the proposed detention basin, the City anticipates that the outlet works would not restrict the entire flow. Rather, a small diameter pipe would allow Iow flows to pass through the detention basin. The consultant must provide the hydrological and hye'aulic engineering calculations to facilitate the City's determination as to the frequency and depth of detention basin flooding for smaller rainfall events. This may include the development of scenarios associated with up to three different sized outlet pipes. The consultant must establish the basin flood depths due to the 2, 10, 100-year rainfall events. Site Characterization - Data Collection It is the responsibility of the consultant to collect any and all data, which is necessary for the design, construction, and maintenance of the detention basin. 5.2.2. ~ Detailed Ground Survey The consultant shall be responsible to perform and/or hire a sub-consultant to perform a detailed ground survey. A Professional Surveyor registered to practice in the State of Iowa must sign all survey plans. The consultant wil be responsible to record and verify all pertinent topographic elevations, identify ownership of adjacent properties, and locating existing utilities. The ground control and elevations are to be referenced '~o the City's existing geographical information system. 7 5.2.3 5.2.4 5.2.2.2 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. Geotechnical inspections The consultant shall provide or obtain geotechnical services to perform an investigation (soil borings/testing) and make determinations as to the existing soil conditions and how the conditions impact the design the basin's embankment and embankment foundation. A soils and foundation analysis is required that includes an evaluation of the slope stability, anticipated vertical settlement and horizontal elongation, seepage and under-seepage potential, whether cathodic protection is needed for metal pipes, and proper construction practices for the soil types and conditions encountered. The geotechnical report shall discuss appropriate construction techniques and support Feqdirements necessary to properly construct this project including a soils suitability analysis for dam construction 5.2.2.3 Property lines and corners; and 5.2.2.4 Existing Utilities (e.g. sewer, water, gas. and others) 5.2.2.5 Stream Bed Loading The consultant must establish/estimate a stream bed load to establish maintenance activities required to ensure hydrologic and hydraulic function as designed. 5.2.2.5 Additional Relevant Data The consultant.will be responsible for collecting any additional data that is necessary for the design, construction, and maintenance of a dam controlled stormwater facility. Settling Basin Hydraulic Analysis In the State of Iowa, a dam breach analysis is required to determine the hazard classification of a dam or identify the consequences of improper gate operation. Through conversations with the IDNR, the City of Dubuque understands that the proposed Carter Road Detention basin would be a "High Hazard" dam The City will highly discourage the design of an outlet works that could be compromised by the loss of power or require a person to annually "operate" any portion of the outlet works during periods of inclement weather. Therefore, the IDNR has stated that a dam breach analysis may not be necessary. However, the consultant should include a cost to do a dam breach analysis with the proposal in the event that, upon review of the detention basin, the IDNR dictates the analysis. 8 The consultant must establish the basin flood depths due to the 2. 10, and 100-year rainfall events. 5. 3 Preliminary Design The purpose of the preliminary design is to ensure that the consultant fully communicates the functional' details of the proposed detention facility. For example, the City must feel comfortable with the depth of flooding within the detention basin under frequent rainfall events, in addition, the City must be in agreement on the operation and maintenance requirements associated with a particular design. 5.4 Construction Drainage Plan The Consultant must establish the plan for maintaining the flow of the existing creek during the construction of the dam-embankment. 5.5 Development of an Emergency Action Plan 5.6 Detailed Design 5.6.1 Foundation Design 5. 6.2 Embankment Design The consultant is responsible for determining the suitability of available fill material and the associated embankment design requirements. 5.6.3 Spillway Design Per the IDNR, the principal spillway must be designed to convey the 100-year flood. 5.6.4 Outlet Works Design 5.6.4.1 Anti-seep collars or other means of piping and seep control; 5.6.4.2 Anti-vortex devices; · 5.6.4.3 Trash racks or other inlet debris controls: and 5.6.4.4 Stilling basin or comparable energy dissipater 5.6.4.5 To minimize downstream erosion potential, the consultant should design the discharge rate of the basin to minimize erosion. 5.6.5 Settling Basin Design 5.6.6 Sanitary Sewer Relocation The existing sanitary sewer must be re-designed to accommodate the construction of the proposed detention basin. The design must include measures to prevent infiltration of storm water into the sanitary sewer. In addition, the sanitary sewer must not compromise the strength or functionality of the proposed detention basin. 5.6.7 Access Roadways The consultant will be responsible for the design of construction and maintenance access roadways to ped:orm the work specified in the construction plans. The roadways must be capable of supporting construction equipment for the duration of the project. The consultant must also prepare design plans for two access roadways, which may or may not be the same used during construction, to be utilized for maintenance purposes. 5. 7 Develop Construction Plans, Specifications, and Bid Documents 9 6.0 5.8 5.9 5.10 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. 5.7.1 Provide a set of reproducible construction plans and specifications signed by a Professional Engineer licensed in the State of Iowa. 5.7.2 Prepare and manage the issuance of addenda that may be - required. 5.7.3 Produce a Construction Cost Estimate. 5.7.4 Erosion Control Plan (Pollution Prevention Plan) The pollution prevention plan must meet IDNR guidelines. Operation, Inspection, and Maintenance Requirements The consultant must produce a document that outlines the recommended operational procedures and frequency of inspection and maintenance required of the City to ensure the proper functionality of the detention basin. Bank Stabilization Plan The consultant shall prepare a bank stabilization plan based on the final elevations to stabilize construction slopes and minimize future streambank erosion. Construction Staking PROPOSAL REQUIREMENTS The proposal should present and discuss a project approach to accomplish the objectives of the project outlined herein. The proposal should discuss how the proposed project approach differs from the scope of services in this RFP and present the rational for the proposed changes, The fees and compensation proposal (see below) must reflect the scope of services outlined in the RFP and any deviations from the scope of services identified by the consultant. The City desires that the detention basin is operational by the end of the year. Realizing that there are many potential stumbling blocks between the issuance of this RFP and the completion of the construction project, the consultant is encouraged to review the entire design process and scope outlined herein and identify alternative design techniques or processes to accomplish the design and construction in a more efficient/timely manner. The proposal will include the following information and must be organized in the manner specified below. 6.1 Letter of Transmittal Provide a letter of transmittal briefly outlining the consuttant's understanding of the work and the name, address, telephone number and fax number of the consultant's primary contact person. 10 6.2 Profile of Firm Provide and present the following information in a clear and concise format. Consultants should present matedal that illustrates the firm's experience and expertise with this type of project. 6.2.1 Provide the Firm's official name, address, and principal offices 6.2.2 Provide project references illustrating the firm's experience with: 6.2.2.1 High hazard dam design; 6.2.2.2 High hazard dam designs in Iowa; 6.2.2.3 Detention Basin Design; 6.2.2.4 Working with the Iowa Department of Natural Resources (IDNR), Iowa's permitting authority for dam construction; 6.2.2.5 Working with the U.S. Army Corp of Engineers and 404 permits; 6.2.2.6 Hydrologic and hydraulic modeling; and 6.2.2.7 Working with impacted residents acquirinc~ easements. 6.2.3 For at least three references list: 6.2.3.1 Project name and location; 6.2.3.2 Contact person and telephone number; 6.2.3.3 Cost of work (actual cost vs. initial estimated cost); 6.2.3.4 Time required to complete the project; and 6.2.3.5 The role and responsibility of members of the firm's proposed "Carter Road Detention Basin" design team. 6.2.4 Provide abbreviated resumes highlighting their experience in relation to the work referenced in 5.2.3 above of the personnel who will be working on the Carter Road Detention Basin project (including sub-consultants). Include their education as well as, specialized and technical competence to perform the tasks they will be called on to do in conjunction with the design of the Carter Road Detention Basin. 6.2.5 Specify the Firm's ability to integrate this project into their work schedule. 6.2.6 Include any thoughts that would improve the development of the plan and recommend any work not identified in this RFP that is considered essential for the design of the detention basin. 6.2.7 The proposal should include a list of deliverables. 6.2.8 Include a project schedule outlining the t~me and estimated completion date of the proposed scope of work. This should include a schedule for and description of all deliverable products throughout the period. 6.2.8.1 Site Survey 6.2.8.2 Geotechnical analysis 6.2.8.3 Detention basin design 6.2.8.4 Development of plans and specifications 6.2.8.5 Acquisition of permits: The IDNR has indicated that it takes approximately two to three months to move through the permitting process. 11 7.0 8.0 6.3 6.2.8.6 Construction Bidding: The City's goal is to have the detention basin operational by October of 2003. 6.2.9 The proposal should specify anticipated City resources in terms of personnel, facilities or equipment utilized by the consultant during the project contract period. Fees and Compensation Separate the Fees and Compensation proposal (separate enclosure) from the other portion of the RFP submittal. The fees and compensation proposat must reflect the scope of services outlined in the RFP with any deviations from the scope of services identified by the consultant. The cost for individual tasks must be identified. For example: The costs associated with the survey work associated with prepanng easement plats should be identified. There are some tasks outlined in the scope of services that the City might choose to perform. Taxes The City of Dubuque is exempt from all State sales tax. Do not include sales tax in the Firm's proposal price. Tax exemption certificates will be supplied upon request. SERVICES BY THE CITY Hydrological information pertaining to the Bee Branch watershed compiled by HDR Engineering (Omaha, NE) will be provided to the selected firm. Electronic files associated with the computer modeling efforts will be made available upon request. The City of Dubuque has a geographical information system referred to as the Dubuque Area Geographical Information System, or DAGIS. Available topographical mapping includes 2-foot contours, digital terrain data. parcel outlines, building outlines, edge of pavement, storm sewers, sanitary sewers, water main, and aerial orthogonal photos. SELECTION CRITERIA Proposals will be screened to ensure that they meet the minimum requirements of the proposal format. A review of qualifying proposals will identify firms that most closely meet the needs of the City of Dubuque. The City will evaluate proposals based upon the following criteria (not necessarily listed in order of importance): 8.1 Qualifications and experience of the firm-reference checks, achievements and completion of similar projects. 8.2 Project team-qualifications and experience with similar projects of the principal consulting staff proposed to work on the project, variety and application of various disciplines within the team, and availability and qualifications of any subcontracting staff. 8.3 Grasp of the project requirements-the firm's understanding of the scope, preparation and level of interest. 12 9.0 8.4 8.5 8.6 8.7 8.8 Design approach/methodology in completing the scope of work and services-technical alternatives, creativity and problem solving ability. Responsiveness-general attitudeand ability to communicate to audiences with varying technical backgrounds. Local economic impact-ability to incorporate local firms. Schedule evaluation-time required to complete the project. Proposed cost to complete the project. The RFP committee will rank the responsive consultants and compile a short list of firms. Consultants remaining after the initial screening will be contacted and invited to interview. Firms will be ranked based on the interview and overatl responsiveness to the RFP. The City of Dubuque ~s an Equal Employment Opportunity Employer. SUBMISSION REQUIREMENTS Proposals are to be signed by an officer of the firm authorized to bind the submitter 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 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 person, firm or corporation executing the same. Failure to manually sign proposal will disqualify it. An original plus 10 copies of the proposal must be received in the office of the City of Dubuque's Engineering Division by 5:00 p.m. CDT on April 23, 2003. The address is: City of Dubuque (Engineering) C/O Gus Psihoyos, Assistant City Engineer 50 West 13th Street Dubuque, Iowa 52001-4864 Each firm' assumes full responsibility for delivery and deposit of the completed proposal package on or before the deadline. Proposals received after the specified time will be returned unopened.. 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 by any firm before the execution of an agreement or contract. Nor shall the City of Dubuque be liable for any costs incurred by the firms not specified in contract documents. The City shall become owners of the proposals upon submission. Attachment D outlines the insurance requirements for professional services. Please direct all questions and correspondence regarding this RFP to Gus Psihoyos (563-589-4275) or Deron Muehring (563-589-4276) from the City of Dubuque Engineering Division or by fax at (563) 589 - 4205. 13