Loading...
POD Parking Ramp Construction Mgmt ContractTHE CITY OF DuB E ~-~-~ MEMORANDUM February 15, 2007 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Construction Management Contract for Public Parking Facility in the Port of Dubuque Economic Development Director Dave Heiar is recommending the selection of Conlon Construction as the Construction Manager for the Port of Dubuque Public Parking Ramp project in the amount of $535,000. The City considered two proposals submitted in response to a Request for Proposals, and while Conlon Construction did not submit the lowest price, it was felt that the enhanced level of service they proposed was important to the success of the project. An RFP is not like a bid and more than price is to be taken into consideration. I concur with the recommendation and respectfully request Mayor and City Council approval. ~~~ ~v ~~ Michael C. Van Milligen MCVM/jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager David J. Heiar, Economic Development Director _... THE CITY OF `~_ MEMORANDUM February 15, 2007 TO: Michael Van Milligen, City Manager (~ I FROM: David J. Heiar, Economic Development Director ~;~ 'I SUBJECT: Construction Management Contract for Public Parking Facility in the Port of Dubuque INTRODUCTION The purpose of this memo is to provide a recommendation on hiring a construction management firm to provide cost estimates during design and construction, maintain an updated project schedule, prepare bid documents and provide full construction administration services for the proposed public parking facility in the Port of Dubuque. DISCUSSION The Development Agreement with the Diamond Jo, LLC (Peninsula Gaming) requires the City of Dubuque to design and construct the Public Parking Facility at a cost estimated to be approximately $23,043,800.00 on the Public Parking Facility Real Estate located in the Port of Dubuque. At the February 5, 2007 City Council meeting, the city council authorized you to negotiate an agreement and execute a contract for approximately $1,003,465 with Durrant Group, Inc. for the architectural design of the parking facility. As part of the design services contract format being formalized with the architect, the City will need to hire a construction management firm to provide scheduling, cost estimating, bid package preparation and construction administration services. A RFP was issued to Durrant Architects and Conlon Construction on February 7 to solicit proposals for the Construction Management contract. Durrant was selected because of their design work on the adjacent Wayne Briggs development and Conlon was selected because of the work they have been doing on the adjacent Diamond Jo project. Both firms are very familiar with the parking ramp concept. Two proposals were received on the February 12, 2007 deadline and interviews were conducted with Conlon Construction Co. and the Durrant Group, Inc. on February 12th and 13th respectively. The following City staff served on the RFP review committee: • Cindy Steinhauser, Assistant City Manager • David Heiar, Economic Development Director • Gus Psihoyos, City Engineer • Tim Hors~eld, Parking System Supervisor • Steve Sampson Brown, Project Manager Following the interviews, the committee determined that Conlon Construction Co. has the experience and expertise to best meet the objectives of the Construction Management for the City of Dubuque. RECOMMENDATION Based on review of the proposals, presentations, and interviews the review committee recommends that the City negotiate an agreement and execute a contract with Conlon Construction Company for construction management services associated with the public parking facility in the Port of Dubuque. BUDGET IMPACT Construction Management costs will be taken from the escrow account established by funds paid by the Diamond Jo. Phase of Project Durrant CoNon Schematic Desi n $ 13,600 Desi n Develo ment Lump Sum $ 14,900 Construction Documents $ 201,600 $ 20,100 Biddin $ 63,100 Construction Administration $ 258,000 $ 423,300 Total Fee: $ 459,600 * $ 535,000 * The Durrant proposal provided a full time field manager position and one half time staffed position during the construction administration phase. The Conlon proposal included two full time positions in the field office during the construction administration phase which accounts fora $60,000 difference between the proposed fees of each firm. The committee recommends due to the size and scope and construction time frame of the project, two full time field positions are warranted during the construction administration phase. ACTION STEP I respectfully request that you recommend Conlon Construction Co. to the City Council for the Construction Management Services and that you request City Council authority to negotiate an agreement and execute a contract for approximately $ 535,000 with Conlon Construction Co. for the Construction Management of the parking facility. cc: Cindy Steinhauser, Assistant City Manager David Heiar, Economic Development Director Gus Psihoyos, City Engineer Tim Horsfield, Parking System Supervisor Barry Lindahl, City Attorney Jenny Larson, Budget Director Don Vogt, Public Works Director Steve Sampson Brown, Project Manager F:IUSERS1DHeiar\Diamond Jo\RFP recommendation of consultant to mvm.doc