Loading...
Relocation of 30-Inch Force Main RFP Design ConsultantMasterpiece on the Mississippi Dubuque bierd All-America City 1 2007 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Design for the Relocation of the 30" Force Main RFP - Consultant Selection DATE: July 10, 2012 Two responses were received to a Request for Proposals for the selection of a design consultant to complete the design for the relocation of the 30" force main around the former Public Works Garage Site and the Alliant Energy Site. Following interviews with both firms, the Consultant Review Committee and City Engineer Gus Psihoyos recommend the selection of IIW, PC. for consultant services to design the entire force main relocation, from 7th Street to 12th Street. I concur with the recommendation and respectfully request Mayor and City Council approval. dbt)144 Michael C. Van Milligen MCVM:jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Teri Goodmann, Assistant City Manager Gus Psihoyos, City Engineer Masterpiece on the Mississippi Dubuque krtal AII•AmericaCity 111 1 If 2007 TO: Michael C. Van Milligen, City Manager FROM: Gus Psihoyos, City Engineer DATE: July 6, 2010 SUBJECT: Design for the Relocation of the 30" Force Main RFP — Consultant Selection INTRODUCTION The purpose of this memorandum is to seek concurrence in the selection of IIW, P.C. from Dubuque, IA, as the professional design consultant to complete the design for the relocation of the 30" force main around the former Public Works Garage Site and the Alliant Energy Site. BACKGROUND In 1969 the existing 30" force main was constructed from the Cedar Street lift station to the Terminal Street lift station. The force main route is shown in Appendix E, Exhibit 1 of the RFP (Yellow Line). The route went through the former A.Y. McDonald site, the former City Public Works site, and the Alliant Energy site. During the early 1990's highway 151/61 was constructed through Dubuque. During the highway construction portions of the 30" force main were relocated and the portion running through the A.Y. McDonald site was abandoned. However the portion running through the old Public Works Site and the Alliant Energy site remained in place. In October of 2011, the City experienced a significant failure in the existing force main. Two breaks occurred simultaneously, one at the former Public Works garage site and the other at the Alliant Energy site. After Repairs were completed, a third break was experienced at the former Public Works garage site. The cost to repair the breaks, which occurred on the former Public works site, was significant as the site is a super fund site. During the repair work some corrosion of the pipe was noted and it was also found that when constructed the pipe was set on blocking prior to bedding, and the blocking was not removed. The areas of corrosion and the failed sections of pipe were near the old blocking that was found to be still in place. Soil and ground water contamination has been identified on or near the existing 30" force main route that may be a contributing factor to its deterioration. The adopted budget for FY 2013- FY2017 includes $849,124.00 for the design of the entire force relocation, from 7th Street to 12th Street, and constructing the first phase, from 9th Street to 11th Street. CONSULTANT SELECTION PROCESS The selection ranking was based upon the overall strength of information provided in the Consultant's response proposal submitted and the Consultant's demonstrated competence, experience and qualifications. The Consultant Selection Committee for the Design of the Relocation of the 30" Force Main RFP included the following: 1. Gus Psihoyos, City Engineer 2. Jonathan Brown, Water Pollution Control Manager 3. Tim Horsfield, Parking Division Manager 4. Ken TeKippe, Finance Director 5. John Klostermann, Street and Sewer Maintenance Supervisor 6. Nate Steffen, Engineering Technician 7. Todd Irwin, Engineering Technician On June 7, 2012, two consultant response proposals were received and are as follows: MSA Professional Services (Dubuque, IA) — IIW, P.C. (Dubuque, IA) On June 11, 2012, the Consultant Selection Committee met to evaluate and rate each of the consultants. Prior to this meeting, each Committee member provided scoring sheet for each of the consultants. The scoring was based on specific responses to items in the RFP. The results of the scoring were presented to the committee at this first meeting. The scoring by the committee members did not producing a clear leader and reflected the opinion of the committee that both consultants were equally qualified. A second meeting was scheduled and the Committee carefully deliberated each consultant's strengths and weaknesses. The committee also conducted consultant interviews on June 29, 2012. Although each of the consultants was uniquely qualified, the Consultant Selection Committee selected IIW, P.C. of Dubuque, IA as the first - ranked consultant. The committee determined it would be in the City's best interest to select IIW, P.C., due to their recent experience consulting with staff on the force main break and repair efforts. DISCUSSION IIW, P.C. is currently working on the 9th and 1 lth Street one -way to two -way traffic study, and is a consultant on the Intermodal facility project. IIW's involvement with these two projects and their past and ongoing involvement with the existing force main will provide the City with a greater level of coordination and understanding. The first phase of construction is anticipated to start in February of 2013. The second and third phases of the project will be designed by IIW under this contract and will be constructed as funding becomes available. RECOMMENDATION Based on the extensive review of the proposals, the Consultant Selection Committee recommends that the City negotiate a Professional Services Agreement and execute a contract with IIW, P.0 This will be for consultant services to design the entire force main relocation, from 7th Street to 12th Street, and for construction documents for the first phase, from 9th Street to 11th Street. BUDGET IMPACT The budget for the work outlined in the RFP is estimated to be $70,000 depending on the negotiated final scope of services. The consultant work will be funded from the following Capital Improvement Program appropriations: CIP 7102413 - relocation of the 30 inch force main around the former public works garage ACTION TO BE TAKEN I respectfully request that you approve IIW, P.C. for consultant services to design the entire force main relocation, from 7th Street to 12th Street and that you allow Engineering to negotiate a Professional Services Agreement. Once the scope has been agreed to, Engineering requests you execute a contract with IIW, P.C. for the consultant design services to complete the project. Prepared by Todd Irwin, Engineering Technician cc: Cindy Steinhauser, Assistant City Manager Jenny Larson, Budget Director Ken TeKippe, Finance Director