Loading...
Well Rehab. Engrg. to Veenstra i5~~~E ~c/k.~ MEMORANDUM July 27,2006 TO: FROM: The Honorable Mayor and City Council Members Michael C. Van Milligen, City Manager SUBJECT: Engineering Services Contract Award for the Clear Well/Baffling Rehabilitation Project Water Department Manager Bob Green recommends City Council approval of the selection of Veenstra & Kimm, Inc. to provide engineering services for the Clear Well/Baffling Rehabilitation Project in the amount of $62,000. I concur with the recommendation and respectfully request Mayor and City Council approval. /}1 't l/ /1 ~1 j .!J ;~,/ 2 fA Michael C. Van Milligen MCVM/jh Attachment cc: Barry Lindahl, Corporation Counsel Cindy Steinhauser, Assistant City Manager Bob Green, Water Department Manager j CITY OF DUBUQUE, IOWA MEMORANDUM July 20, 2006 TO: Michael C. Van Milligen, City Manager FROM: Bob Green, Water Department Manager ~) SUBJECT: Engineering Services Contract Award for the Clear Well/Baffling Rehabilitation Project INTRODUCTION The purpose of this memorandum is to recommend with your approval to City Council in authorizing the award of engineering services for this project to Veenstra & Kimm, Inc. 01 & K) of West Des Moines, Iowa. DISCUSSION This contract will provide the services of a qualified consulting firm in the design, specification, inspection and construction phase of the rehabilitation and baffling system to the clear wells located at the Eagle Point Water Treatment Plant. 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 & Kimm, Inc., of West Des Moines, Iowa provided the experience in working on these types of projects and they are the low bidders. Attached for your information are copies of the request for proposals, committee members involved in the process and scope of services to be performed. There were a total of seven firms that received a request for proposals from us. They are as follows: NAME 1. CTElIIW 2. Fox Engineering 3. Howard R. Green 4. IIW Engineering 5. MSA Engineering 6. WHKS Engineering 7. Veenstra & Kimm, Inc. LOCATION Chicago, IL Ames,lA Cedar Rapids, IA Dubuque, IA Dubuque, IA East Dubuque, IL West Des Moines, IA BID STATUS Bid received No bid received Bid received No bid received Declined to bid Declined to bid Bid received INTERVIEWED Yes No Yes See above No No Yes Those firms who declined to bid notified us in writing that their firms did not have the experience needed to perform this type of work. The monies for this project will come from the Capital Improvement Project Fund 42- 740-1828. The results in fees from those firms who provided bid proposals are as follows: NAME 1. CTEIIIW 2. Howard R. Green 3. Veenstra & Kimm, Inc. LOCATION Chicago, IUDubuque, IA Cedar Rapids, IA West Des Moines, IA PRICE $146,700 $ 65,564 $ 62,000 Water Department staff estimation for this portion of the project was $16,000. This was based on design services at the time these monies were allocated. Since then the scope of services were expanded to include design, inspecting, bid documents and construction services. Though the engineering fees were estimated at $16,000, the total funds allocated for this project is $400,000. Staff and I are proposing that the additional funds required to support the engineering services come from the construction funds allocated to this project. These engineering fees being proposed are within 15.5% of the estimated costs of the projects and are respectful to the scope of services being provided. ACTION REQUESTED The review team, staff and I are submitting with your support and authorization to City Council approving this recommendation in awarding this contract to Veenstra & Kimm, Inc. of West Des Moines, Iowa in the amount of $62,000. Staff and I are available at your convenience to discuss and answer any questions that you may have with this request. BG:ve Attachment cc: Dawn Lang, Budget Director Ken TeKippe, Finance Director Gus Psihoyos, City Engineer Bob Ervolino, Assistant Plant Manager Page 1 of 1 , Bob Green - Water Plant Clear Well Project / Interview Team / RFP _1_' From: To: Subject: Bob Green Ervolino, Bob; Lang, Dawn; Psihoyos, Gus; Vogt, Don Water Plant Clear Well Project / Interview Team / RFP Good Morning, Interview Team, The following people have agreed to participate with the interview process in selecting an Engineering firm for the Design and Specifications for this project. They are; Assistant Water Plant Manager, Bob Ervolino, Budget Director,Dawn Lang, City Engineer, Gus Psihoyos and Public Works Director, Don Vogt I will be sending this proposal out next Monday with a requested return/due date of Tuesday,June 20,2006. At this time there are Six (6) firms that we will be sending this RFP to. Dates and times in reviewing these proposals and interviews will come at a later time. 4 A copy of this RFP will be sent to you later today, with some proposed interview questions. Please feel free to create your own questions as well. Assistant Water Plant Mgr. Bob Ervolino and I are available to answer any questions that you may have with this project. I would like to take this time, in Thanking each of you in advance for your willingness and in finding the time in your busy schedule to help me with this project. Again, Thanks. Bob about:blank 5/19/2006 SCOPE OF SERVICES CLEAR WELLS RENOVATION PROJECT Work Task/Fee Matrix City of Dubuque, Iowa Project illm. Hours Rate Cost WORK TASKS 1 Design Phase 1.1 Project Workshop #1 LFF & MVW B $220.00 $1,760.00 1.2 Field Studies LJS + 2 32 $220.00 $10,000.00 1.2.1 Laboratory Tests Testing Lab Direct Cost 1.3 Alternative Cost Estimates $5,000.00 1.4 Report Recommendations $2,000.00 1.5 Project Workshop #2 $1,600.00 1.5.1 Modified Report 1.6 Contract Documents (4%-8% of $400,000 Const Budget) $21,000.00 1.7 IDNR Permits DESIGN PHASE SUBTOTAL $21,000.00 2 Btddlng Phase (1%-2% of $400,000 Const Budget) 2.1 Distribute Plan Documents 2.2 Pre-Bid Meeting 2.3 Answer Bidder Questions 2.4 Addenda as Necessary 2.5 Bid Opening/Bid Evaluation 2.6 Bid Recommendation 2.7 Contract Award BIDDING PHASE SUBTOTAL $5,000.00 3 Construction Phase (8%-10% of $400,000 Const Budget) 3.1 Review Partial Payments/Submittals LFF 100 $100.00 $10,000.00 3.2 Construction Questions/Change Orders 3.3 Project Site Meetings 3.4 Project Inspection (36 Trips over 6 Months) 300 $65.00 $19,500.00 3.5 Final Inspection 3.6 Record Drawings 3.7 Project Startup CONSTRUCTION PHASE SUBTOTAL $36,000.00 TOTAL $62,000.00 EXPENSES Up to $3,000.00 Scope for Work Task 1.6 Contract Documents to be finalized following Field Studies. Veenstra & Kimm, Inc. CIE AECOM eTE ]03 E. 'N:lcker Drl"/,? Suite CieO Chicaw,. Illinois GUfiiJl June 20, 2006 City of Dubuque Water Department 1902 Hawthorne Street Dubuque, IA 52001 Attn: Bob Green, Water Department Manager Subject: Fees and Compensation Proposal - Consulting Engineering Services for the Rehabilitation of the Clear Wells for the City of Dubuque Eagle Point Water Plant Dear Mr. Green: Introduction In the Section E. of our proposal Statement of Understanding, Design Methodology and Project Approach, we describe a scope of services that we believe responds to both the letter and the spirit of your Request for Proposals dated May 23, 2006. We offered two approaches to complete the work because we are aware that, as in most municipalities, funds are limited. Even though we offered two approaches, we are aware that neither may represent exactly the scope of services the Water Department wants completed. We are fully prepared to discuss services that differ from our understanding should the City wish to do so. Further, we understand that the City's priorities for accomplishing the work are to complete rehabilitation of the West clear well first, the East clear well second and to install a baffling system in the East clear well third. This prioritization would easily lend itself to phasing the design and rehabilitation to respond to available funds. We would welcome discussing options for phasing the work as well should the City so desire. Fees and Compensation Approach A Design Bidding Office Construction Services Total $ 98,000 4,800 26.400 $129,200 Approach B Design Bidding Office Construction Services Total $ 78,000 4,800 26.400 $ 109,200 We also believe that periodic site visits during construction, rather than full time construction observation, may be desirable. While the frequency of these visits is yet to be determined because it depends on the nature and number of the repairs that are found to be necessary during inspection of the clear wells, CTE proposes to conduct site visits for $1 ,250 per day. City of Dubuque Water Department Bob Green, Water Department Manager Page 2 June 20, 2006 It is also likely that our subconsultant, IIW Engineers & Surveyors, can accomplish much of this construction inspection more cheaply since they are locally based and could arrange to be on site for some portion of the day rather than the whole day. The $1 ,250 per day fee should be viewed as a worst case number that can be reduced, again, as the nature and number of the repairs become clear after inspecting the clear wells. ~g~.l)o.(J Project Manager ~ MHW/AAG/jkb CTE I AECOM 07/12/2008 10: 11 HX 3198414012 HOWARD R GREEN ~001/002 ~0Nard R.Green Corrpany Date: ~d'l. l~. .::IN'I(o P.ges including this page: ;;J.. FAX TRANSMITTAL Notes: To: t<-", b .C~ 0/1 "^-- Company: Fax': From: LU . S(.,~-~-~JIl (l..",,- ~ 1\ D , . \ ('(v.. oy\. Phone: 319-841-4000 or 800-728-7805 FAX: 319-841-4012 8710 E!lrhart Lane PO Box 9009 Cedar Rapids. IA 52409-9009 Cap_ to fall_ : ~elI DNo If you h.... I'8ClIiYlld th.. fu: in .lTOr, PINs- notify Howard R Gl'MrI Company IMMEDlATEL Y by phone at 1~DO-7. 78D5 and rlItUm the fa to U8 vi. u.s. ....1. TIIlB fa conllllns confIdtlntiaJ infonnatlon Inl.nd.....DleIy for the use of the Individual or lIIltIty named above. If the rwclplent of this ..w not the IIdd......., Dr a daalgnllled responsible party th..-t'. )IOU .... notlf1ed that any dissemination or repngatlon of the Infonnllllon .. .,nctly prohibited. / O:\HRG\1 01 OIDocumcaII8\FormaIFAX TRANSMITTAL.doc 07/12/2006 10: 12 FAX 3188414012 HOWARD R GREEN \!I 002/002 ~ I-bNard R. Green Corrpany July 12, 2006 Mr. Bob Green, Water SUperintendent City of DUbuque WlItIlr Department 1902 Hawthorne Dubuque, IA 52001 Re: AddltJonel Engineering TllSks and Related Fees Dear Bob: I believe the true apples to apples comparison of sngineeing services fees will corns from comparing Ihe fees 8IIIOCilllsd with jUlt ths work asked for in the Request for Propoaal. Sinoe HRG is proposing add~ion81 work tasks, not included in the RFP, II would not be a fair compartson Ifth_ were compared to other firms only including the RFP sc;ope nems. In _ponas to your l'lICIuest for the fees associated with the additional work tasks we proposed, we have prepared the following: 1. Sitslnspeotion by bolh Wing Kong, P.E., Senior Technical AdVisor, with ellPartis. in stone construction and Dick Ward, P.E., Structul1ll Engineer. with expertise in concrete repair and construction for Inspection of the _t clearweD. The work includes InSpection of the b~inous C08~ng, gunite and stone condition as well as the column, interior roof, and connection of the stone to the oonc;rete top including preparing a summery report of finding and reoommendation. for repeir or replacement, 53,664. 2. lJev8lop and pre.ent to the City staff alifEH;yC1e cost analysis of the following three alI8rnati\/86; repair, roof replacement and concrete repair and placing en interior concrete wall with other ooncrete repalrll. Thl. task would be completed by Dick Ward, P.E. Structul'lll Engineer for $1,882. The laboratory testing of the bituminous ooating for NSF approva1, laboralory tesllng of material propertle. of the stons end leak testing of the west c1aarwell below tile known connection to concrete Ielk Isvel oan all be conducted by the cny with no associated Iddltional engineering fees. W. csn 1..lst in the selection of the labonllory end the procedures for leak testing as needed as pert of the project at no eddlltonel expense. Thenk you again for this opportunily to serve the City. We look forward to working with you on this important projecl. Pl_ oontact me at 319-841-4393 if you have any further Questions. Sincerely, H_rct R. Oreen Company ~~~{~. Andrew M8IlIh, P.E. Project Menager ce; Gil Janes, Howlrd R. Gnsen Compeny 8710 Eamal1 Lane sw., ced8r Roplcls. IA se404 ' PO Box llOOIl ' Coder Rapids, IA 524Og..80lle 318.841.4000 I.. 318.841.4012 tnIllree 800.728.7805 WWW.hrglllell.com expertise. credibility' expenence Fees & Compensation The largest single component in a typical treatment plant project's life cycle cost is the operation and maintenance costs. Engineering services fees are typically 9% to 18% of the capital cost but over the life of the project, this can be reduced to 3% when considering the overall life cycle costs. In other words, a few dollars saved on the selection of an engineer can go out the window if the design doesn't minimize life cycle costs. HRG can reduce the life cycle costs of the Clear Well Renovation Project by specifying long-lasting solutions. HRG will use our experience on similar projects to design baffling and structural repairs to last. In addition, properly designed and installed clear well baffling will reduce the chlorine chemical addition costs, therefore reducing current operation and maintenance costs of the plant. Some of the pitfalls of selecting a less experienced engineering firm may include excessive, avoidable change orders, excessive construction costs, inaccurate opinions of cost, inappropriate or short-term fixes, etc. HRG has prepared the following engineering services fee breakdown for the City for Dubuque for the Clear Wells Renovation Project following the scope of services in the RFP except as noted otherwise: Design Phase Bidding Phase Construction Phase Engineering Services $22,650 $4,150 $ 6 .450 $33,250 $28,650 Optional CFD modeling for baffling wall configuration Please note during the construction phase several assumptions were made regarding the number of meetings, site visits, etc. HRG can subtract or add meetings and site visits to meet the City's needs and the desired level of construction observation. HRG is also available to provide licensed process and structural engineers for inspection of the clear wells before design begins, although this service is not specifically requested in the RFP. ~ I-bNardR.GreenCarpsny City of Dubuque . Eagle Point Water Plant Clear Wells Rehabilitation REQUEST FOR PROPOSALS CONSULTING ENGINEERING SERVICES FOR THE REHABILITATION OF THE CLEAR WELLS FOR THE CITY OF DUBUQUE EAGLE POINT WATER PLANT The City of Dubuque ("City") is seeking the services of a qualified consultant to help the City with design and construction phase services for the two clear wells located at the Eagle Point Water Plant. 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 flat river valleys. Rugged rock outcroppings dot the bluffs and many wooded areas are located within the city limits. Information about the City organization can be found on the City's official web site at www.citvofdubuque.orq. BACKGROUND: The Eagle Point Water Plant serves the City of Dubuque with potable water. The facility uses nine wells to provide water to the plant which then uses conventional lime softening to reduce the hardness to 90PPM. The water is then filtered and stored in two clear wells. The west clear well was constructed in 1880 and has a capacity of 650,000 gallons. This clear well was built using large lime stone blocks for the floor and walls. A concrete roof was added several years later. Since construction, the interior has received a gunite treatment and several leak repairs. The east clear well was built in 1939 and has a capacity of 1,100,000 gallons. This clear well was constructed with a poured concrete floor, walls and roof. It has been inspected and found to be in good condition except for the roof. Both of these clear wells have been drained and inspected several times since they were built. OBJECTIVE: The objective of this project is the rehabilitation and improvements to both clear wells. The west clear well needs interior repairs for leaks to the floor, walls, roof and to the exterior rooflwall interface. The east clear well needs roof and rooflwall interface repair. Additional improvements will include but may not be limited to the use of baffles to increase detention time in the east clear well and suction piping changes in the west clear well. Engineering services should include all necessary plans and specifications, acquisition of all required permits, bidding services, and assist the City through construction overview and services. Construction work is intended for the summerlfall of 2006. SERVICES BY THE CITY The City will provide available information including existing drawings, equipment information, and flows. City will provide input and feedback to Consultant on design choices and decisions. INFORMATION TO BE INCLUDED IN THE STATEMENT OF QUALIFICATIONS: To simplify the review process and to obtain the maximum degree of comparability, the Statement of Qualifications will 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 the Firm's experience in lime stone and concrete tank rehabilitation and process flow improvements over the past ten years. For each project list: a. Project name, location and client b. Brief description of project, work performed by firm, and year of design completion c. Cost of construction (actual cost vs. initial estimated cost) d. Reference contact person and telephone number C. Provide abbreviated resumes (two pages each maximum) 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 Part B above. D. Discuss the Firm's management philosophy and quality control program. E. Provide Firm's general approach to performing the project work. Although the City attempted to identify the work and services required, this should not constrain 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 RFQ considered essential by the firm. F. Specify the Firm's ability to integrate this project into their work schedule. G. Include an anticipated 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 period. H. Identify subconsultants to be used on this project, role of each subconsultant, location, and key personnel. SCOPE OF SERVICES The consultant will carry out the following tasks. Responders may propose additional tasks that would help reach the project goal. Design Phase 1. Consultant's design team will meet with the City to discuss project, City preferences, confirm schedule and scope of services. Team will tour the sites to observe the facilities and obtain any necessary field measurements. 2. Update and review data to confirm baffle design for east clear well and suction piping changes in west clear well. 3. Prepare an opinion of probable cost for the improvements. 4. Summarize the results in a letter report to the City. 5. Attend necessary meetings with City to discuss letter report and contract documents. 6. Prepare three copies of the draft clear well rehabilitation contract documents for City review and six copies of the final documents for permitting. Contract documents will consist of a project manual containing contract items and technical specifications, and a drawing set showing the improvements that are required as part of the contract. 7. Obtain necessary permits required for construction other than building permit. Submit necessary information to support permit applications, discuss and interact with regulatory agencies, and issue any revised contract documents changed as a result of regulatory agency review. Bidding Phase 1. Prepare and provide construction contract documents per City of Dubuque standards to prospective bidders and area plan houses. 2. Attend pre-bid meeting at Eagle Point Water Plant. 3. Answer bidder questions. 4. Prepare and issue addenda in response to bidder questions. 5. Attend bid opening. 6. Assist in evaluating bids. 7. Assemble and process documents for contract award. Construction Phase 1. Administer the construction contract including review of pay applications with recommendation for payment. 2. Review contractor submittals for general conformance and compliance with contract documents. 3. Interpret contract documents and prepare change orders. 4. Attend on-site progress meetings during construction to discuss project issues, schedule, and observe construction progress. 5. Provide construction inspection services of the work. 6. Conduct a final inspection of work for conformance to the contract documents. 7. Prepare record drawings showing changes made during construction. 8. Provide assistance during start-up. EV ALUA TION CRITERIA Statements of Qualifications will be screened to ensure that they meet the minimum requirements of the RFP format. A review of qualifying statements will identify potential firms that most closely meet the needs of the City of Dubuque. Qualifications will be evaluated by the RFP committee based on: A. Qualifications and experience of the firm - reference checks, achievements 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, variety and application of various disciplines within the team, and availability and qualifications of any subconsultant staff. C. Design approach/methodology in completing the scope of work and services _ demonstrated problem solving, technical competence, and ability to incorporate City input. D. Project Track Record - record of producing quality projects with minimal construction cost escalation, reference feedback. E. Responsiveness - compatibility between consultants and the City of Dubuque, general attitude, ability to communicate. F. Local economic impact - ability to incorporate local firms G. Schedule evaluation - time required to complete the project. H. Proposed cost to complete project. The RFP committee will rank the responsive firms and select the firm best suited to meet the City's objectives for this project. At the City's option, a short list of firms will be developed with invitations extended to the top firms to interview before the committee. The purpose of the interview, if conducted, will be to allow the consultant to make a brief presentation before the committee and allow members of the committee to ask questions of the firms. Interviews will be limited to a maximum time period of 40 minutes, including the presentation and question and answer period. Firms will be ranked based on the interview and overall responsiveness to the RFP. The City of Dubuque is an Equal Opportunity Employer. FEES AND COMPENSATION Separate the Fees and Compensation Proposal (separate enclosure) from the other portion of the RFP submittal. The fees and compensation proposal must reflect the scope of services outlined in the RFP with any deviation from the scope of services identified by the consultant. The cost for the individual tasks must be identified. Quotation of fees and compensation shall remain firm for a minimum of ninety (90) days. 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. SUBMISSION REQUIREMENTS An original plus ten (10) copies of the Statement of Qualifications shall be received in the office of the City Water Department by Tuesday, June 20, 2006 at 2:00 p.m. The address is: City of Dubuque Water Department 1902 Hawthorne Street Dubuque, IA 52001 Attn: Bob Green, Water Department Manager Each firm assumes full responsibility for delivery and deposit of the completed statement of qualifications 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 proposals. The City of Dubuque is not liable for any cost incurred during the preparation of the Statements of Qualifications by any firms prior to the execution of any agreement or contract. Nor shall the City of Dubuque be liable for any costs incurred by the firms that are not specified in the contract documents. Attachment C outlines the insurance requirements for professional services. All questions and correspondence regarding this RFP should be directed to Bob Green or Bob Ervolino by calling 563-589-4291 or by fax at 563-589-4297. INSURANCE SCHEDULE C INSURANCE REQUIREMENTS FOR PROFESSIONAL SERVICES TO THE CITY OF DUBUQUE 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 better in the current A.M. 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, except for 10 day notice for non- payment, if cancellation is prior to the expiration date. This endorsement supersedes the standard cancellation statement on the Certificate of Insurance. 3. shall furnish a signed 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) Commercial General Liability policy is primary and non-contributing. b) Commercial General Liability additional insured endorsement. c) Governmental Immunities Endorsement. 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 Iof2 June 2005 INSURANCE SCHEDULE C (Continued) INSURANCE REQUIREMENTS FOR PROFESSIONAL SERVICES TO THE CITY OF DUBUQUE This coverage shall be written on an occurrence form, not claims made form. All deviations or exclusions from the standard ISO commercial general liability form CG 0001 or Business owners BP 0002 shall be clearly identified. Form CG 25 04 03 97 'Designated Location (s) General Aggregate Limit' shall be included. Governmental Immunity endorsement identical or equivalent to form attached. Additional Insured Requirement: 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 shall be named as an additional insured on General Liability including "ongoing operations" coverage equivalent to ISO CG 20100704. b) Automobile $1,000,000 combined sin~:de limit. c) WORKERS COMPENSATION & EMPLOYERS LIABILITY Statutory for Coverage A Employers Liability: Each Accident Each Employee Disease Policy Limit Disease $ 100,000 $ 100,000 $ 500,000 $1,000,000 $1,000,000 d) PROFESSIONAL LIABILITY e) UMBRELLA/EXCESS LIABILITY Completion Checklist o Certificate of Liability Insurance (2 pages) o Designated Location(s) General Aggregate Limit CG 25 04 03 97 o Additional Insured CG 20100704 o Governmental Immunities Endorsement 20f2 June 2005 .".-"""-".,,,,"~--. r-:--:- . : ACJ)B!J., CERTIFJCA TE OF LIABILITY INSURANCE I "U',j"CER (563)5S6-0D2 : II\SllRANCE AGENCY i '1"I'''T A~~R-S" r ;;;, n"-,,,-, ' VL' t:_:J I UTY. STATE. ZIP CODE i f-c------.----.....--.,-.-..----, I mE,jRED CO(('P,any 1 St~eet Address I City, state, Zip Code fAX (563)556--4425 (}J;';l~tMt,..t:Cll!rY'('l':) tl2/2B/2()OS THIS CERTiFiCATE 15 ISSUED AS A MATTER OF INFORMATION OWL Y AND CONFERS NO RJGHTS UPON THE CERTIFICATE HOLDER THIS CERTIfiCATE DO::'5 NOT AMEND, EXTEND OR ilL TER THE COVERAGE ArfORDE.[) 6Y THE POUCIES BELOW. .,___.....J lt~<;~~:::~~_:~~.:::RDING COVERAGE i INSURER A Ins.':I.!,a'~:~_s:6~al!t____.~,__,~,____ NAlC # I _ ---.J j i n~SU'Rt:R 5 ;-lNS1.JRFR C -'~--'- : n~sjjRER_P^, ! "NSUR,f.;:R:t; 1<'---] COVERAGES ! T:-iE'i"OLlC!ES Or IN.sURh~Ce.,GSTED'BELO\lV HAVE -BEEN_1S~UED 1'0 THe INSUREQNAMED A80VE, 'FOR-THE pouey f)ERIOD iNOiCP.TEt). 'N07VvlTHST;..}.;D.lI+ I ! ,ANY REO:JlREMENT, TERM OR CONDlTJON Of'ANY-CONTRACT'OR OlH~R-DOC:UMENT'-,'\,J'!TH R-ES?ECT TO V;fH1C/-j T+HS CEKT1FICJ\TE MAY BE fssuEonR i ,iil"iW ,pE;-prAll>J,.TJ.,;E iNSURANCE tl.FFOrmED ,BY 'THE 'PQUC1ES, DESCRl5:ED HEREIN l5 SUBJECT TO AL!... THE. TERMS EXGLl,iSIONS AND CONOiT1r-:)t~S OF SUCH t'iN'i~~#5~~~~~Gf:= :"E~~slr:J'p'r~~,:~HOWN r.~~Vi: 'O:O~~,~~~'~.~'61~~"~,,~.,-~-~'.~:E~I''''~~~~~~'EffEG'T~:;fTPoLic~' ~~TAA7~1;- ,--~- "",'". s ~-"--.--~'I l!''rF::;'".~rln '.._v'" ...........r '"'''-....,...''',,10-1:\ .., ,''TV,' t : ..... j,' "1 _t~:,,~,ERA.lUAmLffY' ,"I l.!:~,~,:~~_~:P~~CE i~___,_.l,~POO~(H)Oi :1 ' I x ,; -;;~o,"'I-.~a{(,J;'.L G:2Ni::BAL L'!4'!!ILny I I ] DA~t/.Q-.E:TO Rf.NTi50 Ii '~y'< .505.... ,00 -00 O~. ! _~ '_' '-m ,,!,""'_o..tJ<-i",~'r::..,,~~)--:::-.~,,-\ . _ ":-". ! f j ; J Ci.AuvIS Mf,rJf L~J 'QCC~jR 11 _ j MED 13:.)11" IA:-it (:1M ~,""r;;W)'l) r',A :1 X "'~ i - 'I [ Pi':P.:SC1-.;f,l e ADV Itdur<,:, "]":s'---" ---l:;-i,loi}-:, pool r---, '.' ~--~,._----~-- j,I' 1.---......1 I GENERAL ';.GGr~EG4.TE-. , ~ Z,;OOO 'l-OO~ I 7 m:!'..t !\(~GP.E;;t'TE:I,:t'A-n <!opPLiFS PH':; . 1 P",ODt,;tCTS ,"c:nMfl!OPA(~C !'~ 1, GOt) ~QOOi 1 ;1 NLe' [] ~tf-: l!:l.::.cl : ----.-i j I' L::',":~OM0"'''' w.."."" J' I ('v,,4 " ",,/!;' /' r U r-'? U,: eel c"',,alNU' "",;cE UMil i, ,I f j "-j'x ip.t,f-iA'FO ! y/V/' '(uTf'V'J,;.;.,v !J;......,'/t:.SI. .~ 'j(t,u~od-t~nl'r ! l,OPO_.'OOO{ Ii L_~:JALL O\~~NErJ'A~J+CS:, ,r", ,1'1 ,'7tJif: J Jj '!'ICDn y iNJURY - '$ I X 'j !'S.cHE1?J.:JtD!<,U';os. ?~ F::; ! j !f'!!e''Wr$~! 'ft, I f~'"l;:HI.P.E!J'/~')1'Ci: ..l ,,_ :'_ :_ ' : ,:" :--" ':,'-,,:' ,,"- ,~, ]"fl(XEtYtt~H;lRY J i;NO!,g)V~'{,/fD,,~VTOS J f~',?:>'0> -,:f?{Z{:~"':!" L :'{P~!fMt-klW",\t) j i ~ .~~-,"'-~-- I ~; : l.-::f. '_~~.' ::;<::.!"oiy,p.UJO t ',I, 'J ,<1 '[ l,t j 1 I I , I" I l'l!J'es,';j;;scr:~vrr"'~: - , SPE:f,.;jAL ?fVJ\I.'.S!0NS b'ilJt."l'. I rOll#'EsSIONAL LIAllILITY J.;t:::SRE~G:~~; t,V0g .~ ' . i i ' r~'C!;;'olJt:riB!Jj 'I IX' en'''''''N' ~ 'PROrERT" "p,W.GE i !P.' '="'; I' At/TO-(>>ilY ~-~,:~~,~~.r.".J~__",",__" . --<~'"I' O'n1l2F,':n~h~ :;'''''',''''''': ,,. AutO ONLY -:-,-:-:-:-r:'-;--'" AGGd'$" I- 1,000,00 '1',--....- i, GOO, 1)00 'E;-';Q-H Q.GCIJRRENCE; AGGREGATE. i 1 I J____ P:E;:SCR!FT~CN OPQP,ERATIQ-NS! l..OcA'!tm,1S IVE:HIGt,:ES I EXCLUSIONS A-OreD"S'l":EtlOORSlZ!>oU';NT I$PE.ClAL PROl/i.::;rOf<l'S IfE CITY OF DUBUQUE IS AN ADDITIONAL INSURED ON GENERAL LIABILITY POLICIES INCL- ONGOING 8< COMPLETED PERATIONS COVt:RAGE EQlIIVILANT TO ISO CG 2010 1)704 ~ CG 2037 {JiM_ GENEML LIAllILITY POLICY IS PRIMMY NON-COI\'TRIBUTING. FORM CG 2504 0397 uOESIGNATW LOC.o,TI-ONS" GENERAL LIABIlITY AGGllEG\TE U~IT SHALL BE CLUDED. GOVERNMENTAL IMMUNITIES EI~DORSEMENT IS Ii'ICLUOED. ALL rOLIGES OF INSURANCE SHALL BE ENDORSED o PROVIOE THIRTY nO) lJA'I' ADVANCE NOTICE OF CANCELLATION TO THE CITY OF DUBUQUE. ,j 'WttRKf:'RS,C~Pf~tl$ATlbt~ AJ'Jp 1'_eLfP:loY~'_:tJ""9-fUTI ;~ 'kJ.JY f'ROP?:JE';10RlPARrnE-p.lCXEC\.;'TIVE .~ OFnctJ,l,;1I.:tMIH:R:EXCIJJDELi~-' I' I: -------1 , wc$'ff,;Tu--l-iorH- "~ '0.1'.-,,, ' )-:;:: _ E.l_~&.Cl1;~ccr.;.E"n rS 19,o),t}o..' j E-L ""!SI'tS" ~ 7'AH'lOJLQ)''''i!"';--li)d:-0o61 ~..:...;..~:~~'~ ~ ", '~-:~-,::,- ' ,- ',' j E !".J:HSE,[,$;::. ?Q-UCYLMfT:1 $ 500 f-OOV $1,000,000 CERTI 'leAT HOLDER sHOULD ANY,O_F TI-rE ABOVE'OESCRll:iEO PI)WCfES Sf CANCELLEO,SEFOSE'lJiE ^EXPtf{i.oYfiON o~lcE:~n,jEru;OF~'liHE' tsSlJ:lNG.1NSURE_R -w!tt:'~~X~,~[L ~,.nA"S ,\"':RrriE:N fiOl-lCE TO'THE cERTiFICATE HOLDER NA_MEO T(;> 'TIi~ U',F1. iI!il.OOOO(~iO(~~lll~K_'l&lXliI(OCIX:\(XX ~'IiJJ(JI1lll(~)O:)(lOO<;](X~JlilOOl~l(/(,.J[;lO(XXXXXXXX tWTJ:\OPJZEO RI:PRESEhlTATIVS CITY OF DUBUQUE CITY HALL 50 W. 13TH STREET OUllUQUE, III 52001 ACORD Z5 (Zoo1/0BI @ACORD CORPORATION 19RR IMPORTANT lIthe certfficale holder io an ADDITIONAL INSURED, the polley(ies) must be endorsed P. statelment on this eertjficate does not confer rights to the certIficate holder in lieu 01 sucl1 errdorsernent(s). II SUBROGATION IS WAIVED. subject to the .terms and conditions of the policy, certain policie$ may require an endorsement A statement on this certificate dDes not confer rights to the certificate holder in tieu of such endorsement{s). DISCLAIMER 1p.~-i?t;rt.iu-Cft~.-9rIE;~UF9:~_t~bn the;.reverse ;~ige .?t'th,i~fo;rrn-,_d~:po~_,C?nst\tLite,a 'p!J?traci b~twfel:!T1 the issuing insurer(s), authorized representative or producer, and the certificate holder, flor doe" it affirmatively or negatively amend, extend {lr alter the coverage afforded by the policies listed truereon. SPECIMEN 'OBI . HOLlCY NUllc2ER: COMMEF(!::IAL GENEP..AL LiABIUTY CG 25 04 03 97 THlS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. DESIGNATED LOCA TION(S) GENERAL AGGREGATE LIMIT This endonsement mcdmesinsLlrance provider! under the following: COMMERCIP.LGENERti.L UABILfTY CGVERJ..GEP.~RT SCHEDULE Designated Location(s}: / ~ ANY AND ..r~"LL I j - " -... ;{ LOCATI Gl'n3 \ ! ,/ (If no entry appears cbove, information re-quired to CGmplete L'1is encorsement will be shown 1n the Declar3tioDS as appficable to this endo;-semenL) A For all sums which the insured becomes tegalfy abtigated to pay as damages cau.=ed by "Ot=lrrences" under COVERAGE A (St::CTION !), and for aU merJical expenses caused by acci- . dents under COVEP-AGE C (SECTION!), whicl1 can be attributed only to opera1ions at a Single . designaterJ "location" shown in the Schedule' above: . . . 1, A separate Designate;;! Location General . Aggregate Limit applies to each designated 'location" and that limit is equal 10 the amount ~f the Genelill Aggregate Limit shown in the Declarations. :Z. The Designated Location General Aggregate Umil is the most we will pay for the sum of all damEges under COVERAGE A, except dam- aoes because of "bodlIy injury" or "pmperty d~mage' included in the "producis;-oompleied ooerations hczard", and for medical expenses under COVERAGE C regardless of the. num- berot: a. 'InsurerJs; b. Claims made or "suits" brought; or c. Persons or organizations making claims , or bringing "suits". 3. Any payments made llilder COVERAGE A for damages or under COVEP..AGE C .for medical expenses Shall reduce the Desig- nated Location Genera.1 Aggregate Limit for that designated "location". Such payments shall not reduce the General Aggregate Ul\)it shown in the Declarations nor shall they re.- duce any other Designated Location General Aggregate Limit for any other designated "location' shown in the Schedule above. 4. The limns shown in the Declarnlions for Each Occurrence, Fire Damage and Medical Ex- pense continue to apply. However, instead of t-elng subject to the General Aggregate Umit shown in the Declarations, su;;;> Iimlts will be subject to the applicable Desfgnated Location General Aggregate Limit. SPECIMEN Page 1 of2. n CG Z5 04 03 S7 Copyright.. Insurance Service!; Office, lnc.., 1996 A '. POliCY NUMEtEH: COMMERC1ALGENERAL LIABILITY CG 20 10 0704 THIS ENDORSEMENT CHANGES THE POLlCY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZA TION ThIS end~rse!TIent,modifies insurance provided under the following: COMMERCIAL GENERJl,L liABiliTY CO\lER"'GE PART SCHEDULE ! Name Of Additional Insured Person(s) :! Or Organization!s): f I The City of Dubuque, includin9 all its' j' elected ane' appointed officials, an it~ ,employees and volunteers, all its boards, Lcommissions and/or authot'ities and their I boud member'S, Er.Jployees and volunteers. ~ . , I j I J ~ j I I I I , I I I Location(s) Of Covered Operations ;.:!:lMformatlon ni;quked :td -cch:lOlete -.this Scheaule,.:it' not :shbin. ':above:: ,'~.lf 'oe"'sho~:" in the ,DeclaratlO'ns. "' ",.,-,',-,' '",::::,:'-,:,;'- ,~'c:",",,:y ;,:.",- '::'.<: , : B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. Ail work, including malerials, parts or equip- ment furnished in connectIon with suc.~ work, on the projec: (mher than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the co,ered operations has been completed; or 2. That portion of "your wori< out of which the injury or damage arises has been put to its in- tended use by any person or organization other than' .another contractor or 'Subcontractor -en-: gaged In perfonning operations for a principal as a part oft~e same project. -.'''- -- ..'_. . _'0":"" :A. Section U - Who Is .An Insured is amended 10 .' inciude as an additional insured the person(s) oC" .m:"g8:niz,aticn{s)- ',shown .inc'-,the. 'Schedule, :'but ,()nJy .w.!tfr:respect to 'Ilapltft'i Jor '''.bodily, injuryl,_ "p~operty damage" or, "personal and advertising injury" caused, in whole or in part. by: 1. Your 'acts or omiss'ions;- Oi 2. The acts or omissions of those ac'Jng on your behalf; In !ne perbrmance of your ongoing opef<ltlons for the additional insured(s) 131 the Iocation(s) desig- nated above. ~.". [~.E'" ",<<'~,',&!."~., '''~'''''fl.~ -tfi f'~ .~ .",,' ,." !gb ~t;Si - - ~ EN CGZO 10 0704 @ ISO Properties. inc., 2004 o Page 1 of 1 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 Immunitv. The City of Dubuque, Iowa shall be responsible for asserting any defense of governmental immunity, a'nd 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 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 Chanqe in Policv. The above preservation of governmental immunities shall not otherwise change or alter the coverage available under the policy. SPECIMEN 1 of 1 June 2005 Eagle Point Water Plant 1902 Hawthorne Street Dubuque, Iowa 52001-1416 (563) 589-4291 office (563) 589-4297 fax (563) 690-6678 TDD wtrplnt@cityofdubuque.org THE CITY OF V~ .-. .M~---r- ,:;, T T(~lj ;.J"'-.-I._/\__ ""...._.,.,....".,.,c__._..__,.--""-'~_~..........-'~ ~ck~ May 23, 2006 Carl Mahr CTE 303 East Wacker Drive, Suite 600 Chicago,IL 60601-5276 RE: Request for Proposals for Clear Wells Renovation Dear Carl: The City of Dubuque is in the process of requesting proposals for the design and specifications in the renovation of two clear wells located at the Eagle Point Water Plant. Enclosed you will find the proposed RFP identifying the Scope of Services and guidelines in submitting your proposals. Assistant Water Plant Manager Bob Ervolino and I are available for site visits and to answer any questions that you may have with this project. :e~~~ Robert M. Green, City of Dubuque Water Department Manager BG:ve Enclosure cc: File Service People Integrity Responsibility Innovation Teamwork Eagle Point Water Plant 1902 Hawthorne Street Dubuque, Iowa 52001-1416 (563) 589-4291 office (563) 589-4297 fax (563) 690-6678 TDD wtrplnt@cityofdubuque.org THE CITY OF ~\ -'^'-',~~~ -.-"J-.-:-' i--=:- -. L'> U l.:) L) ~,~,-,,,,-,-,_.~~,,,,-=~---....,,- ~W-~ May 23, 2006 Dale Watson Fox Engineering 1531 Airport Road Ames, IA 50010 RE: Request for Proposals for Clear Wells Renovation Dear Dale: The City of Dubuque is in the process of requesting proposals for the design and specifications in the renovation of two clear wells located at the Eagle Point Water Plant. Enclosed you will find the proposed RFP identifying the Scope of Services and guidelines in submitting your proposals. Assistant Water Plant Manager Bob Ervolino and I are available for site visits and to answer any questions that you may have with this project. Sincerely, '---~ Robert . reen, City of Dubuque Water Department Manager BG:ve Enclosure cc: File -_._------~----,------_._-_. ..' ------.,.----- _._..-.~-_.,------,-----_.- Service People Integrity Responsibility Innovation Teamwork Eagle Point Water Plant 1902 Hawthorne Street Dubuque, Iowa 52001-1416 (563) 589~4291 office (563) 5S9~4297 fax (563) 690~6678 TDD wtrplnt@cityofdubuque.org ~-~ THE CITY OF (~__.-- ,1 L2It~.... ~ck~ May 23, 2006 Andrew Marsh, P.E. Howard R. Green 8710 Earhart Lane SW Cedar Rapids, Iowa 52404 RE: Request for Proposals for Clear Wells Renovation Dear Andrew: The City of Dubuque is in the process of requesting proposals for the design and specifications in the renovation of two clear wells located at the Eagle Point Water Plant. Enclosed you will find the proposed RFP identifying the Scope of Services and guidelines in submitting your proposals. Assistant Water Plant Manager Bob Ervolino and I are available for site visits and to answer any questions that you may have with this project. Sin reen, City of Dubuque Water Department Manager BG:ve Enclosure cc: File ----,-------_.,.._-- .--,..----.----..- Service People Integrity Responsibility Innovation Teanlwork Eagle Point Water Plant 1902 Hawthorne Street Dubuque, Iowa 52001-1416 (563) 589-4291 office (563) 589-4297 fax (563) 690-6678 TDD wtrplnt@cityofdubuque.org THE CITY OF ~ rf("",'B'-U'. t;:::;iJ;~ _L_- _"_=.~:~,__ ___.-!. _.::= ~ck~ May 23, 2006 Dennis Waugh IIW Engineers & Surveyors, P.C. 4155 Pennsylvania Avenue Dubuuqe, IA 52002 RE: Request for Proposals for Clear Wells Renovation Dear Dennis: The City of Dubuque is in the process of requesting proposals for the design and specifications in the renovation of two clear wells located at the Eagle Point Water Plant. Enclosed you will find the proposed RFP identifying the Scope of Services and guidelines in submitting your proposals. Assistant Water Plant Manager Bob Ervolino and I are available for site visits and to answer any questions that you may have with this project. ~~ Robert M. Green, City of Dubuque Water Department Manager BG:ve Enclosure cc: File --~--'-_._--------~---~._-._._._-_.__.__. Service People Integrity Responsibility Irmovation Teamwork Eagle Point Water Plant 1902 Hawthorne Street Dubuque, Iowa 52001-1416 (563) 589-4291 office (563) 589-4297 fax (563) 690-6678 TDD wtrplnt@cityofdubuque.org T~C~_~~~___ ~J!_~Ut~~2.._ ~ck~ May 23, 2006 Patrick Reidy, Jr., P.E. MSA Professional Services 1605 Associates Drive, Suite 102 Dubuque, IA 52002 RE: Request for Proposals for Clear Wells Renovation Dear Patrick: The City of Dubuque is in the process of requesting proposals for the design and specifications in the renovation of two clear wells located at the Eagle Point Water Plant. Enclosed you will find the proposed RFP identifying the Scope of Services and guidelines in submitting your proposals. Assistant Water Plant Manager Bob Ervolino and I are available for site visits and to answer any questions that you may have with this project. ~ Robert M. Green, City of Dubuque Water Department Manager BG:ve Enclosure cc: File --------~_.._---_._.,_. ---"'-~'-~----,_,__, Service People Integrity Responsibility Innovation Teamwork ~<< THE CITY OF '~<_:____ '-: 1;;;~~5t?Q~g Eagle Point Water Plant 1902 Hawthorne Street Dubuque, Iowa 52001-1416 (563) 589~4291 office (563) 589~4297 fax wtrplnt@cityofdubuque.org ~c/N.-~ May 23, 2006 Ted Payseur Veenstra & Kimm, Inc, 3000 Westown Parkway West Des Moines, IA 50266-1320 RE: Request for Proposals for Clear Wells Renovation Dear Ted: The City of Dubuque is in the process of requesting proposals for the design and specifications in the renovation of two clear wells located at the Eagle Point Water Plant. Enclosed you will find the proposed RFP identifying the Scope of Services and guidelines in submitting your proposals, Assistant Water Plant Manager Bob Ervolino and I are available for site visits and to answer any questions that you may have with this project. Sincerely, RO~ M~;e~ City of Dubuque Water Department Manager BG:ve Enclosure cc: File Service People Integrity Responsibility Innovation Teamwork Eagle Point Water Plant 1902 Hawthorne Street Dubuque, Iowa 52001-1416 (563) 589-4291 office (563) 589-4297 fax (563) 690-6678 TDD wtrplnt@cityofdubuque.org THE ClTY OF ~ -_..__...~._-~ BUi:;LJ --=--=-=-"-'-'-'.~~-=~~' ~ck~ May 23, 2006 Tony Zelinskas, P.E. WHKS 185 Wisconsin Avenue East Dubuque, IL 61025 RE: Request for Proposals for Clear Wells Renovation Dear Tony: The City of Dubuque is in the process of requesting proposals for the design and specifications in the renovation of two clear wells located at the Eagle Point Water Plant. Enclosed you will find the proposed RFP identifying the Scope of Services and guidelines in submitting your proposals. Assistant Water Plant Manager Bob Ervolino and I are available for site visits and to answer any questions that you may have with this project. Sincerely, ~~, City of Dubuque Water Department Manager BG:ve Enclosure cc: File ._---,.~------'-_._-",._.._---------_._---_. ~ --_._--_..._---_..~"-_..__.._.- Service People Integrity Responsibility Innovation Teamwork \ .... ~~.. ;, \, CITY OF DUBUQUE, IOWA MEMORANDUM May 17, 2006 TO: Michael C. Van Milligen, City Manager FROM: Bob Green, Water Department Manager ~ ~ SUBJECT: CIP Project, Clear Wells (FY-07-Budget) INTRODUCTION The purpose of this memorandum is to seek your authorization to proceed with the solicitation of an engineering firm to design and create the specifications for the rehabilitation of the Eagle Point Clear Wells. DISCUSSION The Eagle Point Water Plant provides the City with its potable water. After the water is treated and filtered it is stored in two clear wells at the Water Plant before being pumped into the water distribution system. The west clear well was constructed in 1880 and has a capacity of 650,000 gallons. This clear well was built using large lime stone blocks for the floor and walls. A concrete roof was added several years later. Since construction, the interior has received gunite treatment and several leak repairs. The east clear well was built in 1939 and has a capacity of 1,100,000 gallons. This clear well was constructed with a poured concrete floor, walls and roof. It has been inspected and found to be in good condition except for the roof and exterior interface side wall. OBJECTIVE The objective of this project is the rehabilitation and improvements to both clear wells. The west clear well needs interior repairs for leaks to the floor, walls, roof and to the exterior interface rooflwa/I. The east clear well needs roof and rooflwall interface repairs. Additional improvements will include but not limited to the use of baffles to increase water detention time in the east clear well and in modifying the suction pipes in . . the west clear well to improve flows in complying with EPA standards. ACTION REQUESTED The project has been approved by City Council action through the City FY-07 C.I.P. budget process. The proposed RFP for this project has been reviewed by City Attorney Barry Lindahl and Finance Director Ken T eKippe for accuracy of the project and insurance requirements. Therefore, I am requesting with your approval to begin with the solicitation process to hire an engineering firm to perform this work. It is our intent to have this firm on board by July 1, 2006 at the beginning of the FY-07 budget. Staff and I are available at your convenience to meet with you to discuss and answer any questions you may have with this request. BG:ve Attachment cc: Dawn Lang, Budget Director Bob Ervolino, Assistant Plant Manager File