Loading...
Parking Ramp StructAnalysis RFP Ö~~~E ~ck~ MEMORANDUM March"29,2004 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Request for Proposal - Parking Ramp Structural Analysis Economic Development Director Bill Baum is recommending City Council approval to issue a Request for Proposal to solicit qualified firms to perform a complete structural analysis of the Iowa Street and the Locust Street Parking Ramps. An evaluation is recommended every five to seven years, with an ongoing maintenance program developed considering the analysis. The most recent evaluation of these facilities was in 1997. I concur with the recommendation and respectfully request Mayor and City Council approval. ß1Jj~ Ak Micnael C. Van Milligen MCVM/jh Attachment cc: Barry Lindahl, Corporation Counsel Cindy Steinhauser, Assistant City Manager William Baum, Economic Development Director Tim Horsfield, Parking Division Supervisor Vi e:J!i!C' 6 :Ci ':'1 I £: i.ní~j '10 ö~ ~ck~ MEMORANDUM March g, 2004 To: From: Michael C. Van Milligen, City Manager William Baum, Economic Development Director ~ Request for Proposal - Parking Ramp Structural Analysis Subject: Introduction The purpose of this memorandum is to request City Council authorization to issue a Request for Proposal to solicit qualified firms to perform a complete structural analysis of the Iowa Street and the Locust Street Parking Ramps. Background Approved in the FY 2004 Capital Improvement budget for the Parking Division was the evaluation of the above listed parking facilities. The Iowa Street Ramp was built in 1968 with an addition in 1977 with a capacity of 683 vehicles. The Locust Street Ramp was constructed in 1965 and has a capacity of 440 vehicles. The most recent evaluation of these facilities was in 1997. An evaluation is recommended every five (5) to seven (7) years with an ongoing maintenance program developed considering the analysis. Discussion In continuing to maintain our parking facilities to obtain maximum usage and life span, it is again time to have a qualified firm evaluate each of these structures. This is due to the length of time since our last evaluation, the age of the structures, heavy salt usage over the years and the need for the development of a short and long term maintenance plan. Considering the assessment need, a committee was established to develop an RFP for distribution. The members of that committee are as follows: Ken TeKippe, Finance Director Rich Russell, Building Services Gus Psihoyos, Engineering John Hale, Leisure Services John Klosterman, Operations & Maintenance Bill Baum, Economic Development Tim Horsfield, Parking Division The committee will make every effort to stay within the following timeline. April 5, 2004 Apri19,2004 April 30, 2004 May 17, 2004 Submitted to City Council RFP Distributed RFP Response Deadline City Council Award of Contract Recommendation I recommend moving forward with the Request for Proposals Process for the Parking Ramp Structural Analysis. Action Step The action step requested of the City Council is to authorize the issuance of the RFP for Parking Ramp Structural Analysis. Cc: Tim Horsfield, Parking System Supervisor Dawn Lang, Budget Director REQUEST FOR PROPOSALS Parkin!! Ramp Structural Analysis Introduction The City of Dubuque is located on the Mississippi River in northeastern Iowa, adjacent to illinois and Wisconsin. The City is approximately 30 square miles in area, with a population of approximately 60,000. The City's annual budget is over $95 million and the City provides a full range of services. The community has a stable and diversified manufacturing base and a growing service sector. Dubuque is a major retail, medical, educational and employment center for the Tri-State area. Tourism continues to be a major economic force in the community. City government continues to work in collaboration with the private sector to promote economic development. 1.0 Scope and Purpose 1.1 The City of Dubuque is soliciting proposals for professional engineering services to analyze the condition of two (2) of its existing parking ramps known as the Iowa Street Parking Ramp and the Locust Street Parking Ramp. The purpose of this document is to provide interested-parties with information necessary to enable them to prepare and submit a proposal to the City of Dubuque relating to these services. . 2.0 Instructions and Procedures 2.1 Method of Response. If your firm wishes to respond, you are asked to submit seven (7) copies of your proposal by no later than 5:00 p.m., Åpril30. 2004. addressed to: Jeanne Schneider, City Clerk City of Dubuque 50 W. 13111 Street Dubuque, Iowa 52001 All submittals must be packaged and sealed, showing the following information on the outside of the package: 2.2 2.3 2.4 3.0 A. B. Respondent's name and address RFP Title Format of Responses. In addition to the requirements listed throughout this document, each firm responding to this RFP must comply with the following format requirements: A. All respondents shall furnish a list of at least three (3) references from recent projects of a similar nature, capable of verifying information supplied in their proposal, including a name and phone number of the owner's contact person. B. References should ideally include at least two (2) municipalities worked with in the past three (3) years. The City of Dubuque will not be liable for any costs incurred by the submitterofa proposal due to the process of responding to this RFP. Questions. Any questions concerning this RFP should be bye-mail directed to Tim Horsfield, Parking System Supervisor, at thorsfieiÍÌkitvofdubuque.org. If a significant ambiguity, discrepancy, omissio~ or any other error is discovered, a supplement or modification will be provided to all original recipients of this document. Qualifications 3.1 Include the following information about your firm in the proposal. A. Firm name, address, telephone number(s) and e-mail address B. History of your firm C. A statement of your firm's qualifications in the preparation of condition appraisals and concrete maintenance programs for parking structures. D. A list of your firm's key personnel who would be assigned to this proj ect, with a description of each individual's expertise and experience as it relates to this project. E. E-mail addresses of key personnel involved with this project. 2 4.0 Scope of Work 4.1 General Information. IOWA STREET PARKING RAMP -701 Iowa Street The Iowa Street ramp was built in 1968 with an addition built in 1977. The capacity of the ramp is listed as 683 vehicles. It is described as a cast in place pan and joist system with conventional reinforced beams and columns. There are approximately 153,000 square feet on two (2) levels and approximately 76,000 square feet slab on grade, totaling 229,000 square feet. LOCUST STREET PARKING RAMP - 830 Bluff Street The Locust Street Ramp was built in 1965. The capacity of the ramp is 440 vehicles and it is a pre-cast post tensioned concrete T- beam floor system with cast-in-place post tensioned lightweight concrete slabs. There are approximately 120,000 square feet on 3 levels and 48,000 square feet slab-on-grade, totaling 168,000 square feet. 4.2 Survey of Facilities. Perform a complete structural survey consisting at a minimum of the following elements: A. Review the existing plans, specifications, concrete test reports, construction information available in the original project construction files and in subsequent condition reports (1995 and 1997 condition reports) as provided by the City of Dubuque. B. Perform a visual observation in the field ofthe structural elements of each facility, including the concrete floors, expansion and control joints, columns, beams, walls, drainage, electrical, elevators, and plumbing. Note on a plan the location and effect of any deficiencies observed such as visible spalls, debonded caulk, surface cracks and failed expansionjoints. C. Perform a complete chain drag survey on all structurally supported floor slabs in each of the structures to sound for delaminated concrete. Note on a plan the extent and location of any areas of delamination. 3 4.3 5.1 D. Perform random sounding of the overhead concrete surfaces as well as other structural elements such as beams and columns to the extent necessary for proper appraisal and analysis of each structure. E. Light level evaluations. F. Complete inspection and recommendations of all membrane coatings. Testing. To better establish and define the existing conditions of the parking facilities, testing of appropriate existing structural elements and materials throughout the structures shall be included in the scope of services. The following information is to be provided as part of the proposal. A. A complete list of all tests deemed necessary by your firm to adequately assess the structural condition of each structure. Included in this list shall be a detailed description, purpose and procedure for each type of test proposed. Report. Prepare a comprehensive report that appraises the existing condition of each parking facility. A separate set of reports must be submitted for each facility. Provide the City of Dubuque with seven (7) copies of an "executive summary" of the report. Provide the City of Dubuque with seven (7) copies of the detailed final report containing the following information. A. A complete evaluation and description of the existing condition of each structure, discussing and summarizing the field survey data and test data. B. Description of all areas and types of deficiencies, identifying the location, severity and extent of each deficiency. C. Recommendations for the repair methods to all types of deficiencies along with detailed written descriptions of the recommended repair solutions as well as any sketches required to properly clarify the repair procedure. D. Construction costs estimates for repairing the deficiencies identified in the report. E. Recommendations for phasing the repair work. List items requiring immediate action, over a five (5) year period and ten (10) year period. Prioritize all repairs in order of severity. F. The final report must also include your professional opinion as to the safety of each structure for public use. 4 6.0 7.0 protection and Clean-up of Work Areas. All work areas and surrounding areas will be protected from dust, debris etc. while performing any work. Proper screening must be provided to ensure adequate protection. The contractor is responsible for any cleaning or repair of any areas or objects not properly protected. The contractor shall clean up all work areas on a daily basis. Project Timeline Submit a detailed overall project timeline, which illustrates the planned project start and completion dates, as well as significant intermediate landmark dates that would be used to verify scheduled work progress. This timeline should be given based on an award of contract date. Field work shall be scheduled so as to interfere as little as possible with the daily operation of each facility. A portion of the field work, (i.e. chain drag survey) will need to be performed during off hours at night or during weekend times. 8.0 Insurance Requirements Provide insurance as set forth in the Insurance Schedule 9.0 Proposed Fee Provide a "not to exceed" lump sum fee to furnish all the engineering and testing services described in the scope of this proposal. The fee shall be based on all anticipated time and material costs necessary to provide all direct and indirect expenses for equipment, materials, labor, overhead, and profit to complete the work. In additio~ all expenses relating to travel, lodging and meal costs if required must be in the final proposal. Included in your fee shall be the cost to restore any surfaces damaged or disturbed as a result of work performed under this contract. An estimated fee to provide construction administration services should also be included. 5 10. This part of the proposal shall be sealed and separate from the rest of the RFP response. The envelope should contain the same information as the mailing envelope. The fee proposal will not be opened until evaluations have been completed. The fee proposal will be used as the basis for negotiations leading to the final contractual scope-of- service and contract fee. Project Timeline April 5, 2004 April 9,2004 April 30, 2004 May 17,2004 RFP Approval by City Council RFP Distributed RFP Response Deadline Award of Contract by City Council 6 INSURANCE SCHEDULE 1. 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 of better in the current AM. Best Rating Guide. 2. All policies of insurance shall be endorsed to provide a thirty (30) day advance notice of cancellation to the City of Dubuque if cancellation is prior to the expiration date. This endorsement supersedes the standard cancellation statement on the Certificate of Insurance. 3. shall furnish a Certificate of Insurance to the City of Dubuque, Iowa for the coverage required in Paragraph 6 below. Such Certificates shall include copies of the following endorsements: a) Thirty day notice of cancellation to the City of Dubuque. b) Commercial General Liability policy is primary and non-contributing. c) Commercial General Liability additional insured endorsement. d) Governmental Immunities Endorsement. e) Waiver of Recovery under workers compensation. shall also be required to provide Certificates of Insurance of all subcontractors and all sub-sub contractors who perform work or services pursuant to the provisions of this contract. Said certificates shall meet the same insurance requirements as required of 4. Each certificate shall be submitted to the contracting department of the City of Dubuque. 5. Failure to provide minimum coverage shall not be deemed a waiver of these requirements by the City of Dubuque. Failure to obtain or maintain the required insurance shall be considered a material breach of this agreement. 6. Contractor shall be required to carry the following minimum coverage/limits or greater if required by law or other legal agreement: a) COMMERCIAL GENERAL LIABILITY General Aggregate Limit Products-Completed Operations Aggregate Limit Personal and Advertising Injury Limit Each Occurrence Limit Fire Damage Limit (anyone occurrence) Medical Payments $2,000,000 $1,000,000 $1,000,000 $1,000,000 $ 50,000 $ 5,000 This coverage shall be written on an occurrence, not claims made, form per project. All deviations or exclusions from the standard ISO commercial general liability form CG 0001 or Businessowners BP 0002 shall be clearly identified. 7 Governmental Immunity endorsement identical or equivalent to form attached. An additional insured endorsement identical or equivalent to ISO Form CG 2026 and include as additional insureds: "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." b) WORKERS COMPENSATION & EMPLOYERS LIABILITY Statutory for Coverage A Employers Liability: $100,000 each accident $100,000 each employee-disease $500,000 policy limit-disease Policy shall include an endorsement waiving right of recovery against City of Dubuque. c) PROFESSIONAL LIABILITY: d) UMBRELLA/EXCESS LIABILITY $1,000,000 $5,000,000 8 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 andlor 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 shown 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. Coovriaht. Insurance Services Office. Inc. 1994 CG20261185 9 CITY OF DUBUQUE, IOWA GOVERNMENTAL IMMUNITIES ENDORSEMENT 1. Nonwaiver of Governmentallmmunitv. The insurance carrier expressly agrees and states that the purchase of this policy and the including of the City of Dubuque, Iowa as an Additional Insured does not waive any of the defenses of governmental immunity available to the City of Dubuque, Iowa under Code of Iowa Section 670.4 as it is now exists and as it may be amended from time to time. 2. Claims Coveraqe. The insurance carrier further agrees that this policy of insurance shall cover only those claims not subject to the defense of governmental immunity under the Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. Those claims not subject to Code of Iowa Section 670.4 shall be covered by the terms and conditions of this insurance policy. 3. Assertion of Government Immunity. The City of Dubuque, Iowa shall be responsible for asserting any defense of governmental immunity, and may do so at any time and shall do so upon the timely written request of the insurance carrier. 4. Non-Denial of Coveraqe. The insurance carrier shall not deny coverage under this policy and the insurance carrier shall not deny any of the rights and benefits accruing to the City of Dubuque, Iowa under this policy for reasons of govemmental 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 Chanqe in Policv. The above preservation of governmental immunities shall not otherwise change or alter the coverage available under the policy. 10