MODIFIED REQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR FIRE STATION NO. 1 GEOTHERMAL TEST WELL Activity ID

Similar documents
MODIFIED REQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR FD Training & Logistics Facility Geothermal Test Well Activity ID

DES MOINES METROPOLITAN WASTEWATER RELAMATION AUTHORITY REQUEST FOR PROPOSALS

CITY OF DES MOINES ENGINEERING DEPARTMENT REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR PARKING GARAGE STRUCTURAL REPAIR PROGRAM Activity ID

INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Effective Date: April 23, 2018

Sample. Sub-Contractor Insurance & Indemnification Agreement

REQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR COLUMBUS PARK SHELTER RENOVATION Activity ID

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

BUILDING SERVICES AGREEMENT

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

Des Moines Airport Authority. Legal Services Request for Proposal

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS

ROCHESTER SCHOOLS MODERNIZATION PROJECT PHASE 2b School Without Walls Commencement Academy INSURANCE REQUIREMENTS

Page of 5 PURCHASE AGREEMENT

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

SAMPLE SUBCONTRACTOR AGREEMENT

ANNEX A Standard Special Conditions For The Salvation Army

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

REQUEST FOR QUALIFICATIONS

Services Agreement for Public Safety Helicopter Support 1

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

ST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

JOLIET JUNIOR COLLEGE REQUEST FOR QUOTATION DIVERSITY & INCLUSION CLIMATE ASSESSMENT

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES

EXHIBIT B. Insurance Requirements for Construction Contracts

SUBCONTRACT CONSTRUCTION AGREEMENT

TERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC.

MASTER SUBCONTRACT AGREEMENT

Performance CONTRACTORS, INC. HAULING TERMS AND CONDITIONS

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

ARTICLE V Indemnification; Insurance

PROPOSAL LIQUID CALCIUM CHLORIDE

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

Telemetry Upgrade Project: Phase-3

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

RFP GENERAL TERMS AND CONDITIONS

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

TOWN OF WINDSOR. Self Contained Breathing Apparatus (SCBA) and Bottle Filling Equipment REQUEST FOR PROPOSAL

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ).

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

The Firemen s Association of the State of New York

SUBJECT: RESPONSES TO QUESTIONS FOR RFP FOR CMP ASSESSMENT

#REVISED MEMORANDUM OF UNDERSTANDING BETWEEN FULTON COUNTY, GEORGIA AND THE ATLANTA HAWKS FOUNDATION, INC

REQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR ARFF KITCHEN REMODEL/ELLIOT JET CENTER REPAIR Activity ID

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

Subcontract Agreement

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion

Contractor shall provide new thermal fused plastic laminate doors for each interior opening as scheduled. All openings are to receive new hardware.

Request for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

CITY OF STOCKTON INEDIBLE KITCHEN GREASE MANIFEST SIGNATURE AGREEMENT

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE)

2. Attachments a) Design Drawings Drawing(s) Revision Revision Date Specifications (T1.1-T2.8) N/A N/A A /06/17 A1.1 N/A N/A A2.

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY MUNICIPAL LABOR ATTORNEY REQUEST FOR PROPOSAL

Insurance Requirements

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT

TEMPORARY SERVICE APPLICATION (HYDRANT METERS)

Health and Human Services. Contract instruction manual. Contract Management Services. 300 South Sixth Street, MC: 165. Minneapolis, Minnesota 55487

Request for Bid/Proposal

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

SHORT FORM STANDARD SUBCONTRACT. This Agreement is made this day of, 20, between

LEGAL NOTICE REQUEST FOR QUALIFICATIONS. Broome County Multi-Jurisdictional All-Hazard Mitigation Plan Update

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND

MIDDLESEX COUNTY UTILITIES AUTHORITY

Request for Proposals Architectural and Engineering Design Services associated with

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN CITY OF XX AND RENEWABLE FUNDING, LLC

DEPARTMENT OF PUBLIC WORKS Administration Division

NOTICE OF REQUEST FOR PROPOSALS PREPARATION OF ZONING ORDINANCE UPDATE

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

OGC-S Owner-Contractor Construction Agreement

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

Real Property Services Questions and Answers Posted to DASNY.org 2/21/19

2. Provide for classroom instruction at ICSO s Day Reporting Center. 4. Provide certificates of completion for the Program to participating students.

Request For Proposal (RFP) for

NATIONAL RAILROAD PASSENGER CORPORATION DATE EXPIRES: for not longer than one year from date of Amtrak approval)

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

SAFETY FIRST GRANT CONTRACT

Transcription:

CITY OF DES MOINES ENGINEERING DEPARTMENT MODIFIED REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR FIRE STATION NO. 1 GEOTHERMAL TEST WELL Activity ID 21-2011-063 1. Purpose: The City of Des Moines, Iowa, (City) is hereby soliciting consultant proposals for professional services to provide vertical test bore and formation thermal conductivity testing for the Fire Station No. 1 Replacement. This request invites qualified consultants to submit proposals for accomplishments of the items of work described within Scope of Services. Proposals shall be prepared and submitted in accordance with the requirements described in this Request for Proposals (RFP). Once the firm is selected, a contract will be negotiated based on a mutually agreed upon Scope of Services. 2. Project Description: A geothermal heating and cooling system is being considered for the new Fire Station No. 1 to be constructed at 1330 Mulberry Street. A vertical test bore and formation thermal conductivity testing is needed to design the system. 3. Proposal Submission: Responses to the RFP must be received by the City of Des Moines as follows: Due Date: May 25, 2011 Time: Deliver To: Prior to 1:00 p.m. Jeb E. Brewer, P.E., City Engineer City Hall, 2 nd Floor 400 Robert D. Ray Drive Des Moines, IA 50309 Number of copies: 3 Upon receipt, the proposals shall become the property of the City of Des Moines for disposition or usage by the City of Des Moines at its discretion. 4. Proposal Content: Proposals are anticipated to be in letter form signed by an officer of the firm empowered to bind the firm in a contract with the City. To standardize responses and simplify the comparison and evaluation of responses, all statements must be organized in the manner set forth below, separated into sections, and appropriately labeled. a. The qualifications of the personnel and the location of the branch office that will perform the services described within this request. b. Descriptions of a minimum of two (2) and a maximum of five (5) projects of similar size and nature shall be submitted. The project description must contain the Scope of Services performed, location and reference (contact person). c. Provide a fixed fee that you feel would be appropriate for the professional services requested. Include your costs for review meetings with City staff, travel, phone/fax, and postage. Provide a schedule of hourly rates. 5. Presubmittal Conference: A conference will not be held, however, firms submitting proposals are strongly encouraged to make a site visit.

Modified Request for Proposals 6. Insurance Requirements: Attachment No. 1, Insurance and Indemnification Requirements - Minor, describes the minimum insurance the consultant must have in order to enter into a professional services contract with the City of Des Moines. 7. Scope of Services: A proposed Scope of Services is included as Attachment 2. The City will negotiate the detailed scope of services and fee with the successful firm. 8. Contact Person: Any questions concerning the proposals should be directed to Jill Tenney, City Architect, 400 Robert D. Ray Drive, Des Moines, IA 50309, 515/283-4032, fax 515/237-1814, or jetenney@dmgov.org. 9. Evaluation and Selection Process: Selection will be based on a review and evaluation of the responses to the RFP. The City will establish a selection committee who will use the Selection Criteria included in Attachment 3 to identify the firm or firms best qualified to meet the City s needs on this project.

ATTACHMENT 1 CITY STANDARD PROFESSIONAL SERVICES - MINOR INSURANCE & INDEMNIFICATION REQUIREMENTS (3/20/09) 1. GENERAL The Consultant shall purchase and maintain insurance to protect the Consultant and the City of Des Moines, Iowa (CITY) throughout the duration of the Agreement. Said insurance shall be provided by an insurance company(ies), admitted, and nonadmitted to do business in the State of Iowa, having no less than an A.M. Best Rating of B+. All policies, except Professional Liability, shall be written on a per occurrence basis, not a claims-made basis, and in form and amounts and with companies satisfactory to the CITY. Certificates of Insurance confirming adequate insurance coverage shall be submitted to the CITY prior to Agreement execution or commencement of work and/or services. 2. INSURANCE REQUIREMENTS A. WORKER S COMPENSATION & EMPLOYER S LIABILITY INSURANCE: The Consultant shall procure and maintain, during the life of this Agreement, Worker s Compensation Insurance, including Employer s Liability Coverage, in accordance with all applicable statutes of the State of Iowa. The coverage limits shall include $100,000 each accident for Bodily Injury by Accident, $100,000 each employee for Bodily Injury by Disease, and $500,000 policy limit for Bodily Injury by Disease. B. COMMERCIAL GENERAL LIABILITY INSURANCE: The Consultant shall procure and maintain, during the life of this Agreement, Commercial General Liability insurance on a per occurrence basis with limits of liability not less than $500,000 per occurrence and/or aggregate combined single limit, Personal Injury, Bodily Injury and Property Damage. Coverage shall include the following extensions: (a) Contractual Liability, (b) Premises and Operations, (c) Products and Completed Operations, (d) Independent Contractors Coverage, and (e) Personal and Advertising Injury. Coverage shall be no less comprehensive and no more restrictive than the coverage provided by a standard form Commercial General Liability Policy (ISO CG 0001 with standard exclusions or a non-iso equivalent form). C. AUTOMOBILE LIABILITY INSURANCE: The Consultant shall procure and maintain, during the life of this Agreement, Automobile Liability Insurance with limits of liability of not less than $500,000 per occurrence combined single limit including Bodily Injury and Property Damage. Coverage shall include all owned vehicles, all non-owned vehicles, and all hired vehicles. If the Consultant does not own any vehicles, coverage is required on non-owned and hired vehicles. D. PROFESSIONAL LIABILITY INSURANCE: The Consultant shall procure and maintain, during the life of this Agreement, Professional Errors and Omissions Insurance with limits not less than $500,000 per claim and in the aggregate. The Consultant will notify the CITY if claims made erode the Policy Limits below those required above. -1-

ATTACHMENT 1 INSURANCE & INDEMNIFICATION REQUIREMENTS E. ADDITIONAL INSURED & CONTRACTUAL LIABILITY: The CITY SHALL NOT be named or included as an Additional Insured, but all policies, except Workers Compensation and Professional Liability Insurance, SHALL include Contractual Liability including the obligation to defend and settle. The General Liability Insurance definition of Insured Contract shall include any contract or agreement requiring the indemnification of a municipality for work to be performed for that municipality. F. CANCELLATION: All policies SHALL provide the City, as Certificate Holder, no less than 30 days advance written notification of policy cancellation and 10 days notification of cancellation due to non-payment of premium. G. SUBCONTRACTORS: The Consultant shall require that any of its agents and subcontractors who perform work and/or services pursuant to the provisions of this Agreement purchase and maintain the same types of insurance as are required of the Consultant. H. PROOF OF INSURANCE: The Consultant shall provide to the CITY a Certificate(s) of Insurance evidencing all required insurance coverage as provided in paragraphs A through F above. The Certificate(s) of Insurance shall specify under Description of Operations/ Locations/ Vehicle/Special Items: (1) the title of the contract or agreement and (2) the following statement: General Liability and Automobile Liability Insurance policies include Contractual Liability. The General Liability definition of an Insured Contract includes the indemnification of a municipality when required by ordinance or by contract or agreement. 3. INDEMNIFICATION REQUIREMENTS For purposes of this Attachment, the term "Consultant" means and includes the Consultant, its officers, agents, employees, subcontractors, subconsultants and others under the control of Consultant, and the term CITY means and includes the City of Des Moines, its elected and appointed officials, and its agents, employees and volunteers. For other than professional services rendered, to the fullest extent permitted by law, Consultant agrees to defend, pay on behalf of, indemnify, and hold harmless the CITY against any and all claims, demands, suits, damages or losses, together with any and all outlay and expense connected therewith, including, but not limited to, attorneys fees and court costs, that may be asserted or claimed against, recovered from or suffered by the CITY by reason of any injury or loss, including, but not limited to, personal injury, including bodily injury or death, property damage, including loss of use thereof, and economic damages that arise out of or are in any way connected or associated with Consultant s work. For professional services rendered, to the fullest extent permitted by law, Consultant agrees to pay on behalf of, indemnify, and hold harmless the CITY against any and all claims, demands, suits, damages or losses, together with any and all outlay and expense connected therewith, including, but not limited to, attorneys fees and court costs and economic damages that may be recovered from or suffered by the CITY that arise out of any negligent act, error or omission of the Consultant. Consultant s obligation to indemnify the CITY contained in this Agreement is not limited by the amount or type of damages, compensation or benefits payable under any workers compensation acts, disability benefit acts, or other employee benefits acts. The CITY shall not be liable or in any way responsible for any injury, damage, liability, claim, loss or expense incurred by Consultant arising out of or in any way connected or -2-

ATTACHMENT 1 INSURANCE & INDEMNIFICATION REQUIREMENTS associated with Consultant s work, except for and only to the extent caused by the negligence of the City of Des Moines. Consultant expressly assumes responsibility for any and all damage caused to City property arising out of or in any way connected or associated with Consultant s work Consultant shall ensure that its activities on City property will be performed and supervised by adequately trained and qualified personnel, and Consultant will observe all applicable safety rules. 4. WAIVER OF SUBROGATION A. WAIVER OF SUBROGATION: To the fullest extent permitted by law, Consultant hereby releases the City, its elected and appointed officials, its agents, employees and volunteers and others working on its behalf from and against any and all liability or responsibility to the Consultant or anyone claiming through or under the Consultant by way of subrogation or otherwise, for any loss without regard to the fault of the City or the type of loss involved, including loss due to occupational injury. This provision shall be applicable and in full force and effect only with respect to loss or damage occurring during the time of this Agreement. The Consultant s policies of insurance shall contain a clause or endorsement to the effect that such releases shall not adversely affect or impair such policies or prejudice the right of the Consultant to recover thereunder. -3-

Modified Request for Proposals ATTACHMENT 2 SCOPE OF SERVICES PROFESSIONAL SERVICES FOR FIRE STATION NO. 1 GEOTHERMAL TEST WELL Activity ID 21-2011-063 Drill one test bore 300 feet deep and a minimum of 5 inches in diameter. Gather data from the test bore for a period of at least 48 hours using a 3/4-inch ground loop and grout with a minimum thermal conductivity of 1.0 Btu/hr-ft- o F. Analyze data and providing a written report thereof including, but not limited to, thermal conductivity, thermal diffusivity, undisturbed soil temperature, test procedure, and a drilling log. Obtain any necessary permits. Coordinate access to the site for all work with the Owner. Water and power are not available at the site. The Contractor shall furnish and pay for any temporary utilities needed to perform the work. See Attachment No. 4: Boring location site plan The schedule for the project shall include presentation of the findings in report form to the City of Des Moines by June 14, 2011.

Modified Request for Proposals ATTACHMENT 3 SELECTION CRITERIA Item Description Rating Ranges 1. Experience, Qualifications and Expertise (0 20) Firm's experience with similar projects, qualifications and expertise of key personnel. 2. Capabilities and Resources (0 20) Projects currently under contract involving equipment and key personnel that would also handle this project along with estimated time of completion. Availability and responsiveness of staff in local area. 3. Project Overview (0-30) Convey your understanding of the project objectives. Identify major problems that you perceive at this time. Describe the overall approach you will use to overcome these problems and efficiently complete this project. 4. References (0 5) Information on other organizations for which your firm has provided comparable consulting services. 5. Quality and Thoroughness of Proposal (0 10) 6. Geographic Location of your Firm (0 5) 7. Additional Factors (0 5) a. City Experience b. Other related information 8. Costs (0 5) Appropriateness of estimated fee in relation to objectives and methodology