Loading...
RFP_Bunker Hill Golf Course Irrigation ProjectTHE CITY OF Dui Masterpiece on the Mississippi TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager Dubuque band AI -America City r 2007 • 2012 • 2013 SUBJECT: Bunker Hill Golf Course Irrigation Project - Phase 1 (CIP 350-1530 and 370-1530) Design and Construction Administration Request for Proposal DATE: September 9, 2014 Leisure Services Manager Marie Ware recommends City Council approval to release a Request for Proposal for design, cost estimates and construction administration services for the Bunker Hill Golf Course Irrigation Project. I concur with the recommendation and respectfully request Mayor and City Council approval. IA/1144 ,,,,, Mic ael C. Van Milligen MCVM:jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Teri Goodmann, Assistant City Manager Marie L. Ware, Leisure Services Manager THE CITY OF Dui Masterpiece on the Mississippi Dubuque kard All -America City h r 2007 • 2012 • 2013 TO: Michael C. Van Milligan, City Manager FROM: Marie L. Ware, Leisure Services Manager SUBJECT: Bunker Hill Golf Course Irrigation Project — Phase 1 (CIP 350-1530 and 370-1530) Design and Construction Administration Request for Proposal DATE: September 8, 2014 INTRODUCTION The purpose of this memorandum is to request permission to distribute a Request for Proposal (RFP) for the preparation of construction bid specifications for the Bunker Hill Irrigation project — Phase 1. DISCUSSION As part of the City's Capital Improvement Program budget, funding has been approved to begin the irrigation replacement of lines and heads at the Bunker Hill Golf Course. Planned work includes full replacement and redesign layout of the fairways, greens sprinkler heads and irrigation lines. The scope of services described in the RFP requires the selected consultant to provide design, cost estimates and construction administration duties during the project. A key aspect of the design will be the staging the construction phases to minimize disruption to ongoing golf activities and programs. The schedule for the RFP distribution and consultant selection is as follows: RFP Release to Public Response Due Date Recommendation to City Manager Recommendation to City Council September 16, 2014 October 3, 2014 October 27, 2014 November 17, 2014 1 The review committee for the submitted proposals is as follows: Tony Breitbach, Purchasing Coordinator Denise Ihrig, Environmental Engineer Dan Kroger, Recreation Division Manager Gerry Lange, Golf Course Superintendent Steve Schilling, Golf Technician RECOMMENDATION It is recommended that the City distribute the attached RFP and solicit proposals from qualified consultants to provide design, cost estimates and construction administration services for the project. BUDGET IMPACT The estimated cost for the Phase 1 project including consultation is $203,000 which is included in the FY 15 budget. The work will be funded from the Golf Course Irrigation CIP #3501530 and #3701530. ACTION STEP I respectfully request authorization to release the Request for Proposal for design, cost estimates, and construction administration services for the Bunker Hill Golf Course Irrigation Project and the City Manager be authorized to negotiate an agreement with the recommended consultant for presentation to the City Council. cc: Tony Breitbach, Purchasing Coordinator Denise Ihrig, Environmental Engineer Dan Kroger, Recreation Division Manager Gerry Lange, Golf Course Superintendent Steve Schilling, Golf Technician 2 REQUEST FOR PROPOSAL (RFP) THE CITY OF ISSUE DATE: September 15, 2012 CONTACT: Dan Kroger FAX NO: NO:PHONE 563-589-4310 63589 4391 EMAIL: dkroger@cityofdubuque.org DUB Masterpiece on the Mississippi SUBMIT PROPOSAL/OFFER PRIOR TO: CLOSING DATE: October 3, 2014 CLOSING TIME: 4:00 P.M. (local time) SUBMIT TO: See Pages 5-6 FAX/EMAIL NOT ACCEPTED DESCRIPTION: Bunker Hill Irrigation Replacement Project RECEIPT OF PROPOSAL If you are considering a response the left, fill in the information you received this RFP. NO RESPONSE ❑ If you do not want to respond ACKNOWLEDGEMENT to this RFP, please mark the box to below and return this sheet as a confirmation that REPLY to this RFP at this time, please mark the box to below and return this sheet only. the left, fill in the information COMPANY NAME: DATE: MAILING ADDRESS: CITY/STATE: ZIP CODE: AUTHORIZED SIGNATURE: PRINTED NAME: TITLE OF AUTHORIZED REPRESENTATIVE: EMAIL: PHONE: 1 THE CITY OF Dui Masterpiece on the Mississippi Request for Proposals Golf Course Irrigation Bid Specification Consultation Leisure Services Department 2200 Bunker Hill Rd Dubuque, Iowa 52001 2 INTRODUCTION Bunker Hill Golf Course, located at 2200 Bunker Hill Road in Dubuque, Iowa is seeking to replace its current fairway and greens irrigation system with new irrigation lines and heads. Privately built in 1927, the Bunker Hill Golf Course is located on beautiful hilly terrain and has been listed in Golf Digest's "Best Places to Play." Although making for a great course, the topography creates challenges to proper irrigation and maintenance of the irrigation system. An elevation map of the grounds is included in the packet. In 2012, a new Flowtronex Pump was installed as the first phase to the irrigation system replacement. As a result of the line configuration and Series 630 sprinkler heads used, the new pump cannot work at maximum efficiency. Also due to the configuration of the lines and shut-off locations, the entire system must be drained when maintenance needs to be done to lines/heads. Attached to this proposal are current Satellite specs, Irrigation Coverage's, Flowtronex Pump Specs, and Irrigation Cut Sheets. SCHEDULE The first half of this project is budgeted for 2015 and should be complete prior to Bunker Hill Golf Course opening on April 1st, 2015. As a result of this timeline, a key factor the City will consider when deciding which consultant to utilize for the project will be the consultant's availability and capability to deliver the necessary design documents in a timely manner. The second half of this construction project budgeted for the future. SCOPE OF SERVICES The Scope of Services to be provided by the consultant is described as follows: Task 1 — Meet with Golf Course and Engineering Department Staff and Field Visit The Consultant shall meet with City staff to discuss the project and the City's needs, and to view the existing facilities at the golf course. Task 2 — Design of Golf Course Irrigation Improvements A. Design: Having met with City staff to discuss the project, the Consultant shall proceed with the development of construction documents necessary for contractors to bid on the project. To-scale/engineering drawings and multiple exhibits or design details will be necessary to provide potential contractors with enough information to construct the required facilities. It is important to note that the existing irrigation equipment at the golf course is manufactured by Toro, so there is a strong desire to stay with that brand; however, proposals that would utilize other brand names that have equal capabilities and warranties will be considered. B. Construction Specifications: Having reviewed the RFP documents and discussed the project with City staff, the Consultant shall use the City's boilerplate specifications template to create a set of construction specifications for the project. 3 C. Cost Estimate: The Consultant shall prepare a construction cost estimate for the proposed improvements. Task 3 — Bid and Construction Support A.. Bid Support: The Consultant shall attend one pre-bid meeting with City staff where potential contractors may ask questions about the project. The Consultant will be expected to attend the meeting to address any technical questions raised by prospective contractors and issue any addenda as necessary to clarify the bid documents. B. Construction Support: The Consultant will be asked to provide hourly rates that can be used on a time and materials basis for construction support. Support would include, but not be limited to, review of construction submittals (if any), design/technical assistance with unforeseen field conditions encountered during construction, field directives, and review of any contractor cost proposals, etc. SUBMITTAL CONTENT Submittals shall be limited to 20 pages and should address all aspects of the required work discussed in this RFP, including any cost information which should be included in the submittal and clearly titled "Project Cost Estimate". Proposals are to contain a statement indicating the period during which the proposal will remain valid. A period of not less than sixty (60) calendar days from the proposal closing date is required. The proposal should be prepared simply and economically, providing a straight -forward, concise description of the consultant's capabilities to satisfy the requirements of the RFP. To simplify the review process and to obtain the maximum degree of comparability, the proposal shall include the following information and shall be organized in the manner specified below. While additional data may be presented, the following subjects must be included and represent the criteria against which the proposal will be evaluated. Cover Sheet: The Consultant shall complete and sign Attachment A. Cover Letter: The Consultant shall include a cover letter, signed in blue ink by an official authorized to bind the company. The letter shall contain the name, title, address and phone number of the person(s) authorized to contractually bind the company and negotiate any changes in scope of work or fees. Index: Each proposal shall contain a table of contents that delineates each section contained in the proposal and the corresponding page number. 4 Project Approach: The Consultant shall include a summary of its anticipated approach for the project. The summary should give City staff a general idea of what existing facilities will need to be inspected prior to beginning design and what information the City will need to provide to assist with the design. If additional meetings or site visits, other than those described in this RFP, are anticipated, please include those as well. Project Team's Capabilities: This section should demonstrate the project team's capabilities for the anticipated work as described in the Scope of Services. This relates to the project team's resources, experience, references and expectations of the project's challenges (logistical, environmental, etc.). Consultants must demonstrate recent experience (within the past three years) with golf course irrigation designs or system upgrades that have been constructed and currently exist. Project Team's Organization: This section relates to the key personnel and contact person that will manage the project. The "Principal in Charge" should be listed as the one contact person for the project. The "Principal in Charge" shall remain the point of contact for the project's duration. If the firm has an office in Dubuque, as well as an office outside of the City limits, the staffing of the Dubuque office must be listed separately from the firm's total staffing. Certificate of Insurance: The selected firm will be required to meet the City's insurance requirements for professional services. Insurance Schedule C - Appendix C. Sustainable Dubuque Initiatives: In 2006, the Mayor and City Council identified Sustainability and Green City designation as a top priority. Since then, the city has been working on numerous projects to help implement this priority as listed on the website http://www.sustainabledubuque.org. The selected firm shall follow the Vision Statement and eleven sustainable principles on this City of Dubuque project. Hard copy can be provided upon request. Federal Consent Decree: All potential contractors and consultants to the City of Dubuque (City) that perform work that may apply to or impact the cities sanitary sewer collection system shall sign the "Certification by contractor or consultant" Consent Decree http://www.cityofdubuque.org/DocumentView.aspx?DID=3173 or a hardcopy can be provided upon request. You are required to review the Consent Decree and comply fully with its terms and conditions. Ability to Accomplish the Work: This section relates to the company's ability to complete the project in a timely manner. A proposed design schedule should be included for the City's review. Proposals should assume contract agreements would be signed and work on the project could commence on November 18, 2014. Fee Proposal and Rate Sheet: The Fee Proposal should be developed from the Scope of Services and account for each task listed. The Rate Sheet should list the various positions and services offered by the project team and include standard mark-up rates 5 for the use of sub consultants and allowable reimbursable. The Rate Sheet would apply to any services to be provided on a time and materials basis such as construction support or any additional services requested by the City. The City of Dubuque is not liable for any cost incurred by any Consultant prior to the execution of an agreement or contract. Nor shall the City of Dubuque be liable for any costs incurred by the firms in responding to this Request for Quote and those not specified in any contract. All results from this project will remain the property of the City of Dubuque. PROPOSAL SUBMITTALS Three (3) copies of the Proposal, one (1) electronic copy, along with one (1) fee proposal submitted in a separate sealed envelope, must be received by 4:00 p.m., October 3, 2014. Emailed, faxed, or late submittals will not be accepted. Any proposals received after the submittal deadline will not be considered, and will be returned unopened to the Proposer. The City of Dubuque will not be responsible for any loss or delay with respect to delivery of the proposals. Submit Proposal and Fee Proposal to: City of Dubuque City Clerk's Office Attn: Golf Course Irrigation Project 50 W. 13th St. Dubuque, Iowa 52001 NOTE: The fee proposal shall be submitted in a separate sealed envelope; the front of the envelope shall be labeled with the Project Name, Consultant's Name, and the words "Sealed Proposal." SELECTION CRITERIA Each submittal will be judged as to the Consultant's capabilities and experience to perform the Scope of Services. Selection will be based on a 100 -point criterion as follows: (30) Project Approach: Each project team will be evaluated on how thorough its approach to the project seems to be. The evaluation committee will award high scores to those teams that clearly explain what data it plans to collect, how the data will be used to determine what improvements are necessary, and what considerations should be taken into account when producing construction specification documents. 6 (20) Project Team's Capabilities: Each Project Team will be evaluated on its demonstrated capabilities and experience to provide the Scope of Services. Familiarity with Toro brand irrigation and controller equipment is preferred. (15) Project Team's Organization: Each Project Team will be evaluated on the experience and education of the key personnel that will be assigned to the project. (20) Ability to Accomplish Work: Each Project Team will be evaluated on its ability to provide the Scope of Services in a timely manner. Items to be considered include number of qualified staff (emphasis on local staffing), support staff, available equipment and facilities. (5) Fee Proposal and Rate Sheet: Each proposal will be rated on the total fee proposed for the tasks included in the Scope of Services. (10) Other: Each project team will be evaluated on any supportive information that demonstrates its capabilities to best suit the needs of the City of Dubuque. An evaluation committee will review and rank the submittals based on the above criteria. If needed, interviews will be held. Based on the submittals, possible interviews, and fee proposal, a consultant will be recommended to the City Manager and/or City Council for a contract award. Should the City of Dubuque and the selected Consultant be unable to agree on contract terms, the award of the contract will be offered to the second -ranking project team, and so forth as necessary. For any questions or additional information regarding this proposal please contact: Dan Kroger Recreation Division Manager Phone: (563) 589-4310 Fax: (563) 589-4391 E-mail: dkroger@cityofdubuque.org 7 1. Insurance Schedule C shall furnish a signed Certificate of Insurance to the City of Dubuque, Iowa for the coverage required in Exhibit I prior to commencing work and at the end of the project if the term of work is longer than 60 days. Providers presenting annual certificates shall present a Certificate at the end of each project with the final billing. Each Certificate shall be prepared on the most current ACORD form approved by the Iowa Department of Insurance or an equivalent. Each certificate shall include a statement under Description of Operations as to why issued. Eg: Project # or Lease of premises at or construction of 2. All policies of insurance required hereunder shall be with a carrier authorized to do business in Iowa and all carriers shall have a rating of A or better in the current A.M. Best's Rating Guide. 3. Each Certificate shall be furnished to the contracting department of the City of Dubuque. 4. 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. 5. Subcontractors and sub subcontractor performing work or service shall provide a Certificate of Insurance in accord with Exhibit I. 6. All required endorsements to various policies shall be attached to Certificate of insurance. 7. Whenever a specific ISO form is listed, an equivalent form may be substituted subject to the provider identifying and listing in writing all deviations and exclusions that differ from the ISO form. 8. Provider shall be required to carry the minimum coverage/limits, or greater if required by law or other legal agreement, in Exhibit I. 9. Whenever an ISO form is referenced the current edition of the form must be used. 8 Insurance Schedule C (continued) Exhibit 1 A) COMMERCIAL GENERAL LIABILITY General Aggregate Limit $2,000,000 Products -Completed Operations Aggregate Limit $1,000,000 Personal and Advertising Injury Limit $1,000,000 Each Occurrence $1,000,000 Fire Damage Limit (any one occurrence) $ 50,000 Medical Payments $ 5,000 a) Coverage shall be written on an occurrence, not claims made, form. All deviations from the standard I50 commercial general liability form CG 0001, or Business owners form BP 0002, shall be clearly identified. b) Include I50 endorsement form CG 25 04 "Designated Location(s) General Aggregate Limit" or CG 25 03 "Designated Construction Project (s) General Aggregate Limit" as appropriate. c) Include endorsement indicating that coverage is primary and non-contributory. d) Include endorsement to preserve Governmental Immunity. (Sample attached). e) Include an endorsement that deletes any fellow employee exclusion. f) Include additional insured endorsement for: 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. Use I50 form CG 2026. B) AUTOMOBILE LIABILITY $1,000,000 (Combined Single Limit) C) WORKERS' COMPENSATION & EMPLOYERS LIABILITY Statutory benefits covering all employees injured on the job by accident or disease as prescribed by Iowa Code Chapter 85 as amended. Coverage A Coverage B Statutory—State of Iowa Employers Liability Each Accident $100,000 Each Employee -Disease $100,000 Policy Limit -Disease $500,000 Policy shall include an endorsement providing a waiver of subrogation to the City of Dubuque. Coverage B limits shall be greater if required by Umbrella Carrier. D) UMBRELLA LIABILITY $1,000,000 Umbrella liability coverage must be at least following form with the underlying policies included herein. E) PROFESSIONAL LIABILITY $ 9 Preservation of Governmental Immunities Endorsement 1. Nonwaiver of Governmental Immunity. 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 Coverage. 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 Coverage. 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 Change in Policy. The above preservation of governmental immunities shall not otherwise change or alter the coverage available under the policy. SPECIMEN 10