View
4
Download
0
Category
Preview:
Citation preview
Re
qu
est
fo
r P
rop
osa
l
De
s M
oin
es
Wat
er
Wo
rks
20
22
Fil
ter
Re
ha
bil
ita
tio
n S
tud
y
The Des Moines Water Works is requesting proposals from qualified consulting engineering firms, licensed in the state of Iowa, to conduct an evaluation of the existing filtration plant at the Fleur Drive Water Treatment Plant. The general scope of services includes evaluation of the existing sixteen sand filters and the filtration process. The evaluation is to result in development of alternatives and formulation of recommendations that maintain or increase the current 75 million gallons per day maximum operating rate of the existing filtration plant. This is while also enhancing or maintaining present-day finished water quality that meets all federal and state standards. An assessment of modifications to filter operation and electrical and instrumentation systems for each of the alternatives developed is also included in the scope of services requested. Proposals must be postmarked or received by 2:00 p.m. on Monday, October 25, 2021. Proposals received after this time will not be considered. Refer to the contents of this Request for Proposal for additional information.
For any questions please contact:
Vern Rash, P.E., L.S. Des Moines Water Works 2201 George Flagg Parkway Des Moines, Iowa 50321-1190 515-283-8733 (phone) 515-283-2610 (FAX)
1
I. GENERAL CONSIDERATIONS
A. Introduction
The Des Moines Water Works (“Water Works”) is requesting proposals from qualified
consulting engineering firms licensed in the state of Iowa, to conduct an evaluation of the
existing filtration plant at the Fleur Drive Water Treatment Plant as described in this Request
for Proposal (“RFP”).
Whenever the following terms are used in this RFP, the intent and meaning shall be
interpreted as follows:
• The “Project” shall mean the undertaking described in and governed by this RFP.
• The “Proposer” shall mean the engineering firm that has submitted a proposal in
response to this RFP.
• The “Consultant” shall mean the Proposer selected by the Water Works who
successfully executes a Professional Services Agreement with the Water Works for
completing the scope of work described in this RFP.
B. Project Background
The Water Works constructed a conventional lime softening plant in 1949 consisting of three
treatment basin and eight sand filters. In 1959, to increase treatment capacity, a third treatment
basin, a pre-sedimentation basin, and eight additional sand filters were built. A fourth
treatment basin was constructed in the mid-1970s.
The Fleur Drive Water Treatment Plant treats water from any combination of three raw water
sources of supply. These raw water sources are the infiltration gallery, Raccoon River and Des
Moines River. Pretreatment prior to application includes coagulation and pre-sedimentation
for initial turbidity removal and taste and odor control, lime softening and recarbonation.
Each of the filters has an area of 1,388 square feet and an original design capacity of six
million gallons per day (MGD) based on an average filtration rate of 3 gallons per minute per
square foot (gpm/ft2). This average filtration rate was a typical filtration rate for rapid sand
filtration in the 1970s and 1980s and results in a nominal design capacity of 96 MGD.
Observations of treatment plant operations in the early 1980s indicated actual filtration plant
capacity was significantly below the nominal design capacity. The cause for this reduction in
filtration plant capacity was identified as degradation of the filter media. This degradation of
the filter media was attributed to deficiencies in water stabilization and inefficient backwash
practices that relied on a water-only backwash system.
In 1986, Water Works conducted a filter study and evaluation to determine possible methods to
increase the capacity of the existing filter plant. The evaluation included a pilot scale
experimental study and an evaluation of the condition of the full-scale plant. A hydraulic
analysis of the filters and filter piping was also conducted as part of the 1986 study.
Recommendations resulting from this filter study and evaluation were summarized in the report
entitled, “Des Moines Water Works – Filter Study and Evaluation,” dated December 1986.
2
The recommendations included in the following:
1. Convert operation of the filtration plant to variable declining rate control in lieu of the
original constant rate control.
2. Modify the water-only backwash system to include an air scour system and sequence
the backwash process to include a combination air and water backwash followed by a
full fluidized bed backwash as a rate of 16 gpm/ft2.
3. Investigate and select a method of preventing movement of the support gravel system
during the air scour portions of the backwash process.
4. Remove the non-functioning rate of flow controllers installed on the effluent piping
during the original filtration plant construction. Replace these flow controllers with
butterfly valves that can be adjusted to limit the initial clean filter flow rate to 5 gpm/ft2.
Total removal and replacement of the sand and support gravel from all sixteen filters was
undertaken in the late 1980s to address the degraded condition of the filter media and to
incorporate a supplemental air scour system as part of the filter backwash process. A
thorough inspection of the underdrain system was conducted after the existing filter media
was removed and prior to installation of the replacement media.
Figure 1, below, shows the underdrain system for the eight filters constructed in 1949. These
eight filters, Filters 1 through 8, use a traditional header/lateral underdrain system consisting
of 4-inch diameter cast-iron pipe spaced at nine inches on center. The 4-inch diameter cast-
iron laterals have 7/16-inch diameter holes, spaced at six inches, drilled in the bottom of the
pipe for collecting filtered water effluent and distributing filter backwash water.
Figure 1. Traditional 4-inch diameter header/ lateral underdrain system for Filters 1 through 8 that were
constructed in 1949. This photograph was taken immediately prior to installation of replacement filter media in
the late-1980s..
3
Figure 2, below, shows the Wheeler underdrain systems that was used for the 1959 addition
to the filtration plant. Also seen in Figure 2 is the supplemental air scour system that was
installed in all sixteen filters prior to installation of the replacement filter media in the late
1980s.
Figure 2. Wheeler underdrain system for Filters 9 through 16 that were constructed in 1959. This photograph
was taken immediately prior to installation of replacement filter media in the late-1980s..
An important aspect of filter operation is maintaining the filter media in good condition.
Rapid sand filters are periodically “backwashed” to restore their capacity when effluent water
quality from the filter becomes unacceptable, or when the head loss through the filter reaches
a predetermined value. A single filter can typically operate from 35 to 40 hours before it
needs to be backwashed.
The Water Works currently operates the Fleur Drive Water Treatment Plant at a maximum
rate of approximately 75 million gallons of water per day (mgd) for summer/warm water
conditions.
C. Anticipated General Scope of Services
The selected firm will be expected to prepare their Professional Services Agreement to
include conducting a study to identify alternatives to increase filtration plant capacity and
enhance the quality of the filter effluent.
The general scope of services consists of:
1. Conducting an evaluation of the existing sixteen sand filters and the filtration process
at the Fleur Drive Water Treatment Plant.
2. Identifying deficiencies in the existing filtration process and equipment.
4
3. Developing alternatives and formulating recommendations that:
a. Addresses the identified deficiencies in the filtration process and equipment.
b. Maintains or increases the current maximum operating rate of 75 mgd for the
filtration portion of the water treatment process.
c. Assesses the modifications that are needed to filter operation and to existing
electrical and instrumentation systems for each alternative.
d. Provides a finished water quality that meets all federal and state standards.
4. Preparing an inventory of:
a. Current regulatory requirements that may affect how implementation of the
recommended alternative is conducted.
b. Future regulations that could impact operational requirements for the recommended
alternative.
5. Identifying specific permits required for the recommended alternative and the
regulatory and permitting agencies involved.
Proposers are encouraged to visit the project site and discuss the project with Water Works
staff; however, the Water Works asks that appointments be made in advance for such visits.
D. Submittal of Proposal
Proposals must meet all of the requirements described in this RFP to be considered.
Six (6) copies of the proposal must be submitted in a sealed envelope plainly labeled with the
following information:
Des Moines Water Works
2022 Filter Rehabilitation Study
Name of the Proposer
Address of the Proposer
Hard copies of proposals can either be mailed or delivered to:
Des Moines Water Works
Attn: Vern Rash, P.E., L.S.
Engineering Department
2201 George Flagg Parkway
Des Moines, IA 50321-1190
In addition to the above, submit an electronic copy of the proposal in Adobe Acrobat
Standard 8 (.pdf) format to Vern Rash at rash@dmww.com.
Proposals must be postmarked or received by 2:00 p.m. on Monday, October 25, 2021.
Proposals received after this time will not be considered.
E. Evaluation of Proposals
Each proposal will be evaluated and awarded up to 100 points by the Water Works. Each
proposal will be ranked based on the information submitted in the proposal according to the
following evaluation criteria:
5
Criteria Maximum Points
Project Manager & Key Staff Experience
20
Firm Experience
15
Project Familiarity and Approach
40
Project Cost
15
Project Schedule
05
Terms of Professional Services Agreement
05
Total =
100
The proposals will require at a minimum fourteen (14) calendar days for evaluation. After
that time the Water Works may, at its option, interview some or all Proposers. If the Water
Works deems interviews are necessary, all Proposers will be notified of the interview
schedule. If interviews are deemed necessary, they will be held during the week of
November 8, 2021.
Final selection of the engineering firm will be made by the Water Works. The Water Works
reserves the right to reject any or all proposals, waive irregularities and/or formalities, and in
general, award a contract in any manner deemed by the Water Works, in its sole discretion,
to be in the best interest of the Water Works.
This RFP does not obligate the Water Works to award a contract, to pay the costs incurred in
preparing any proposal, or to procure the services described herein. Proposals are submitted
at the sole cost and expense of the Proposers. The Water Works shall incur no liability or
obligation to Proposers except pursuant to a written contract for services, duly executed by
the Proposer and an authorized signatory for the Water Works.
F. Proposals Not Confidential
Under Chapter 22 of the Iowa Code, “Examination of Public Records”, all records of a
governmental body are presumed to be public records, open to inspection by members of the
public. Section 22.7 of the Iowa Code sets forth the number of exceptions to that general
rule, establishing several categories of “confidential records”. Under this provision,
confidential records are to be kept confidential, “unless otherwise ordered by a court, by the
lawful custodian of the records, or by another person duly authorized to release such
information”. Among the public records which are considered confidential under the
provision of the Iowa Code are the following:
3. Trade secrets which are recognized and protected as such by law.
6. Reports to governmental agencies which, if released, would give advantage to
competitors and serve no public purpose.
Under Chapter 22 of the Iowa Code, the Water Works, as custodian of the proposal
submitted in response to a RFP, may, but is not required, to keep portions of such proposals
6
confidential under exceptions 3 and 6, noted above. If a responding Proposer determines that
a portion or portions of its proposal constitute a trade secret, or should otherwise be kept
confidential to avoid giving advantage to competitors, a confidentiality report may be
submitted with the proposal identifying which portion or portions of the proposal should be
kept confidential and why. The burden will be on each individual Proposer to make such
confidentiality request and to justify application of a confidentiality exception to its proposal.
The Water Works will not under any circumstances consider the entire proposal to be a
confidential record.
If a request is thereafter made by a member of the public to examine a proposal including the
portion or portions thereof for which a confidentiality request has been made, the Water Works
will so notify the Proposer and will keep confidential that portion of the proposal covered by
the confidentiality request, pending action by the Proposer requesting confidentiality to defend
its request. In that notification, the Proposer requesting confidentiality will be given not more
than five (5) calendar days within which to file suit in Polk County District Court seeking the
entry of a declaratory order and/or injunction to protect and keep confidential such portion of
its proposal. Absent such action by a Proposer requesting confidentiality, and absent the entry
of a court order declaring such portion or portions of the proposal confidential, the entire
proposal will be released for examination.
G. Rejection of Proposals
The Water Works reserves the right to reject any or all proposals in whole or in part received
in response to the RFP. The Water Works will not pay for any information requested in the
RFP, nor is it liable for any cost incurred by a Proposer in responding to the RFP.
H. Disposition of Proposals
All proposals submitted in response to the RFP become the property of the Water Works and
will not be returned to the Proposers.
II. PROFESSIONAL SERVICES REQUIREMENTS
A. Scope of Services
The proposed scope of services for this project includes completion of a study and
preparation of a technical report and shall include, at a minimum, the following tasks:
Part 1 – Project Commencement and Evaluation of Existing Filter Plant
Task 1-1: Attend and facilitate a project kick-off meeting/workshop with Water
Works’ staff to discuss general project plan, goals, objectives, and
schedule.
a. Prepare appropriate meeting materials for distribution at the
meeting.
b. Memorialize results of the meeting/workshop in a summary
document and distribute to all attendees.
7
Task 1-2: Compile and review information available from Des Moines Water
Works related to the existing water treatment processes to identify
deficiencies and opportunities for optimization.
a. Conduct site visit(s) to observe operations of the existing
filtration treatment process.
b. Visually inspect the physical condition of the existing filtration
plant components.
c. Prepare and evaluate the hydraulic profile of the existing Fleur
Drive Water Treatment Plant facilities from the influent to the
mixing basins to the effluent of the ten-million gallon (10 MG)
finished water clearwell by calculating theoretical headloss.
d. Collect and review historical operation data, including raw and
treated water quality, chemical use and dosages, and treatment
plant flow rates.
e. Review historical data for compliance with current and projected
future regulations and industry guidelines.
f. Review the existing filtration plant to identify concerns related to
operation and maintenance.
Task 1-3: Identification of regulatory requirements that may affect how
implementation of any of the filtration alternatives. These regulatory
requirements may include, but not be limited to:
a. Controlling exposure to respirable crystalline silica during filter
media removal and replacement activities.
b. Addressing asbestos and lead containing materials.
c. Managing other potential hazardous or otherwise regulated
materials.
Task 1-4 Prepare a Pre-Study Memorandum that summarizes the efforts in Task 1-2
and Task 1-3, above. Include as part of the Memorandum:
a. Summary analysis of the existing information compiled.
b. Results from the evaluation of the existing filtration plant.
c. Assessment of potential challenges related to meeting current and
future water quality standards and regulations.
d. Summary of the findings and recommendations related to
hazardous and regulated materials. Include an appended copy of
the report summarizing the findings and recommendations
related to hazardous and regulated materials.
e. Hydraulic profile drawing of the Fleur Drive Water Treatment
Plant from the mixing basins to the clearwell.
Submit five copies of the Pre-Study Memorandum to the Water Works.
In addition, provide one (1) copy of an electronic version of the Pre-
Study Memorandum in Adobe Acrobat 8 Standard (.pdf) format.
8
Part 2 – Development of Filtration Alternatives
Task 2-1: Develop a summary that lists a range of potential filtration
improvements that could meet the Project goals.
a. Identify at least three filtration alternatives for further development
based upon those alternatives’ ability to cost effectively meet the
goals of the Project and the needs of the Water Works.
b. Prepare a draft report summarizing potential filtration alternatives
identified and submit to Water Works for review and comment.
c. Revise and finalize report based on comments received from the
Water Works.
d. The narrative from the report referred to in this Task 2-1 can be
included in the Technical Memorandum described in Task 2-5.
Task 2-2: Develop a conceptual design of the selected alternatives based upon
similar projects completed by the Proposer and by industry standards,
including:
a. Preliminary design criteria.
b. Plan-view layouts of the filtration alternatives showing the
locations of major equipment.
c. Summary of major operational procedures.
d. Description of the filter backwash process that considers:
1. Filter-to-waste capability.
2. Backwash effectiveness.
3. Backwash wastewater return provisions.
e. Required modifications to electrical and instrumentation systems.
f. Examples of water treatment systems using similar filtration
technology.
g. Estimate of construction and O&M costs.
Task 2-3: Compare the selected alternatives using a benefit-cost evaluation to
qualitatively assess their ability to meet the Project goals established
under Task 1-1.
a. Include conceptual level construction and O&M cost information
with this evaluation.
b. Features that may be contained in this assessment include some,
or all, of the following:
1. Ability to meet or exceed water quality goals.
2. Flexibility, redundancy, reliability.
3. Safety.
4. Adaptability to other treatment processes at the Fleur Drive
Water Treatment Plant.
5. O&M concerns.
6. Efficiency and sustainability.
7. Financial considerations.
8. Risk management concerns.
9. Ease of future expansion.
9
10. Constructability.
11. Time to implement and construct.
12. Maintaining operations during construction.
13. Effect on existing architecture and aesthetics.
14. Need for pilot testing.
Task 2-4: Identify the regulatory and permitting agencies that will need to be
contacted for this Project. Determine the specific permits that are
required for each of the selected alternatives.
Task 2-5: Prepare a draft Technical Memorandum that summarizes the results
from the filtration alternatives evaluation described in Tasks 2-1 through
2-4, above, and recommends an alternative for implementation.
Submit five hard copies of the draft Technical Memorandum to the Water
Works. In addition, provide one (1) copy of an electronic version of the
draft Technical Memorandum in Adobe Acrobat 8 Standard (.pdf) format.
Task 2-6: Plan, schedule, facilitate, and document the results of a meeting with the
Water Works to discuss development of filtration alternatives and the
recommended alternative for implementation described in the Technical
Memorandum.
Submit five hard copies of the final Technical Memorandum to the Water
Works. In addition, provide one (1) copy of an electronic version of the
final Technical Memorandum in Adobe Acrobat 8 Standard (.pdf) format.
Part 3 – Conceptual Design Report
Task 3-1: Develop a draft Conceptual Design Report that summarizes the
recommended implementation plan for the filter improvements. The
conceptual design report will include the following:
a. Conceptual (5 percent completion-level) design of the recommended
alternative for filtration improvements. Drawings to be completed
for this task include the following:
1. Overall site plan at operation level.
2. Upper-level filter plan.
3. Lower-level filter plan.
4. Preliminary schematic of overall treatment process at the
Fleur Drive Water Treatment Plant.
5. Section/elevation view(s).
b. Summary of recommended pilot and bench testing, if applicable.
c. An implementation plan that summarizes how the recommended
improvements could be integrated into the existing water
treatment facilities with minimal interruption to plant operation.
d. Detailed plan for maintaining operation of filtration plant and
water treatment plant during construction.
10
e. Review of the specific permits required for the recommended
alternative and the regulatory and permitting agencies involved.
f. A preliminary Project implementation schedule.
g. Opinion of the probable cost of the recommended process.
Submit five hard copies of the draft Conceptual Design Report to the Water
Works. In addition, provide one (1) copy of an electronic version of the
Conceptual Design Report in Adobe Acrobat 8 Standard (.pdf) format.
Task 3-2: Plan, schedule, facilitate, and document the results of a meeting with the
Water Works to discuss the draft Conceptual Design Report.
Task 3-3: Incorporate comments from the Water Works into a Final Conceptual
Design Report.
Submit five hard copies of the Final Conceptual Design Report to the
Water Works. In addition, provide one (1) copy of an electronic version
of the Final Conceptual Design Report in Adobe Acrobat 8 Standard
(.pdf) format.
Task 3-4: Meet with Water Works’ staff to present the results from the Final
Conceptual Design Report.
B. Method of Compensation
The Water Works will provide compensation for the professional services identified in the
“Professional Services Requirements” section of this RFP on an hourly basis with a not to
exceed lump sum cost. Only proposals that include hourly rates for the Proposer’s project
team members and a not to exceed lump sum price for professional services will be
considered.
C. Water Works Responsibilities
The Water Works will provide the following assistance in completion of the study:
1. Provide the appropriate staff to participate as part of the study team to answer
questions, perform the necessary reviews, and attend the required meetings.
2. Provide available information which may be necessary for the study including as-
built drawings and design plans of the treatment plant and individual units, reports,
studies, and other pertinent information.
3. Pay fees for all state, county, municipal or other regulatory permits.
4. Develop and implement the financial approach required to fund the construction of
the improvements.
11
PROPOSAL FORMAT AND CONTENT REQUIREMENTS
The proposal shall be organized into the following six sections and contain the material noted.
The proposal should be written as succinctly and clearly as possible to describe the required
elements. The number of pages of the proposal shall be limited to 25 pages excluding the
summary resumes and Professional Services Agreement terms and conditions.
A. Firm Experience
This section will be used by the Water Works to evaluate the experience and technical
competence of each Proposer.
Proposers shall provide the following information in this section:
1. A description of the firm that provides general background about the organization,
ownership, longevity, staff size, and services. Include the name of the firm, address
and phone number, name and title of the responsible engineer who will work on the
study, the office location where most of the day-to-day work will be conducted. Also,
describe the experience of any sub-consultants that will be used to complete the study.
2. Describe the qualifications of the firm as it relates to water treatment process design in
general and filtration processes specifically. Include representative project examples
that identify the owner’s name, the project scope, and the size and type of the facilities.
3. Contact information for owners of at least three projects that could serve as references.
4. For entities organized under the laws of any other state, a certificate from the Secretary of
the State of Iowa shall be included showing that all provisions of the Code of Iowa
governing foreign entities have been complied with and shall otherwise submit proof of
proper qualifications and licensure in the state of Iowa.
B. Project Team Experience
This section will be used by the Water Works to evaluate the experience and technical
competence of the study team members. Items of specific interest include the capabilities of
the study team members, the extent of project manager and key staff involvement and the
experience and extent of sub-consultant involvement.
Proposers shall provide the following information in this section:
1. A Study Team Chart that identifies the project manager and key staff that will work
on the study, their specific project responsibilities, and years of experience.
2. Assurances should be supplied that personnel identified on the Study Team Chart will
be working on the study and that, if needed, replacements for any of these team
members will be subject to review and approval of the Water Works.
12
3. Resumes of key staff that will work on the study including qualifications relating to
design of water treatment processes.
C. Project Familiarity & Approach
This section will be used by the Water Works to evaluate the Proposer’s understanding of the
project requirements, scope of services presented in this RFP and approach to provide those
services.
Proposers shall provide the following information in this section:
1. A Project Understanding and Approach Summary to demonstrate the Proposer’s
familiarity with the needs of the Water Works and scope of services desired.
2. A preliminary List of Figures identifying the number and type of figures that will be
prepared as part of the study.
3. A Project Schedule that identifies the specific tasks/objectives, the time required to
complete tasks/objectives, the inter-relationships between tasks/objectives, and the
key events during the project. The Project Schedule shall include, at a minimum, a
summary of the completion dates for the following tasks/objectives:
Task/Objective Completion Date
Execute Professional Services Agreement for study December 2021
Site visit and commencement of data collection
Submit draft of Technical Memorandum to Water Works
Meet with Water Works’ staff to discuss Technical Memorandum
Submit draft of Final Conceptual Design Report to Water Works
Meet with Water Works’ staff to discuss draft of Final Conceptual Design Report
Submit Final Conceptual Design Report to Water Works April 22, 2022
D. Value Added Features
This section will be used by the Water Works to evaluate suggestions from Proposers which
could provide an improved or more comprehensive study (“Value Added Features”).
Proposers shall provide a detailed description of each “Value Added Features” that the Water
Works may wish to consider for enhancing the study. A discussion of the potential cost
implications associated with each “value added feature” should be included with the
description.
E. Hourly Rates and Lump Sum Price
This section will be used by the Water Works to evaluate the work hours and associated costs
required to provide the scope of services.
Proposers shall provide a Level of Effort Summary showing the average hourly rate by labor
classification and provide a detailed breakdown of work hours and labor costs for each task
listed in Scope of Services and the total not to exceed Lump Sum Price.
13
F. Professional Services Agreement
The proposal must include a proposed form of Professional Services Agreement. The terms of
the Professional Services Agreement will be included in the evaluation criteria of the proposal,
and at a minimum should provide for the following:
1. An undertaking to perform the work in accordance with good and sound engineering
practices and standards.
2. A warranty that all work shall be in accordance with good sound engineering practices
and standards.
3. Indemnity and insurance provisions must be consistent with Section III-G, Insurance and
Indemnity Requirements.
4. Exclusions and limitations of damages must be with the foregoing.
5. Other customary terms consistent with its proposal and the foregoing.
G. Insurance and Indemnity Requirements
1. General
The Consultant shall purchase and maintain insurance to protect the Consultant and
the Water Works throughout the duration of the Professional Services Agreement.
All certificates of insurance shall be written by companies which hold an A.M. Best
A-VIII rating or higher and are licensed to do business in the state of Iowa. The
selected companies must be satisfactory to the Water Works.
Each certificate of insurance shall state that thirty (30) days written notice will be
given to the Water Works before the policy is canceled or changed. All certificates of
insurance shall be delivered to the Water Works prior to start of work.
2. Required Coverage
The Consultant shall purchase and maintain insurance which will protect the Consultant
from the following type of claims:
a. Claims for damages because of bodily injury, occupational sickness or
disease, or death of its employees;
b. Claims for damages because of bodily injury, sickness or disease, or death of
any person other than its employees;
c. Claims for damages, insured by usual personal injury liability coverage, which
are sustained (a) by any person as a result of an offense directly or indirectly
related to the employment of such person by the Consultant, or (b) by any
other person;
d. Claims for damages, other than to the work itself, because of injury to or
destruction of tangible property, including loss of use resulting therefrom;
14
e. Claims for damages because of bodily injury or death of any person or
property damage arising out of the ownership, maintenance, or use of any
motor vehicle; and,
f. Claims under workers’ compensation, disability benefit, and other similar
employee benefit acts.
g. Claims arising out of the Consultant and any sub-consultant’s professional
services provided as part of the Professional Services Agreement.
Protection shall be provided whether the claim results from operations of the
Consultant, his subcontractors, employees of any of them, or anyone for whose acts any
of them may be liable.
3. Limits of Liability
Policies for the insurance required for worker’s compensation, disability benefit, and
other similar employee benefit acts shall be written for the limits of liability specified
as follows:
a. General Liability (including contractual, independent contractors, broad form
property damage, personal injury underground explosion and collapse hazards):
i. Listing Owner as Additional Insured on a primary and non-contributory basis.
ii. $1,000,000 Combined Single Limit Per Occurrence.
iii. $2,000,000 Aggregate Per Project, endorsement to be included.
b. Automobile Liability (including all owned, non-owned, and hired
automobiles): $1,000,000 Combined Single Limit.
c. Workers' Compensation Coverage B – Statutory Benefits:
$100,000/$500,000/$100,000.
d. Umbrella Liability (applying directly in excess of above liability coverages):
$5,000,000 Aggregate; $5,000,000 Combined Single Limit.
e. Professional Liability: $2,000,000 each occurrence and aggregate.
4. Consultant’s Liability Insurance.
Consultant’s liability insurance shall provide broad form coverage, with usual and
customary exclusions, and shall include at a minimum full coverage for Consultant’s
indemnity obligations as provided herein and shall be in a form satisfactory to the
Water Works.
5. Consultant’s Insurance for Other Losses.
The Consultant shall maintain insurance to cover all loss or damage to any tools,
machinery, equipment, or motor vehicles, used for the work of the Professional
Services Agreement, by the Consultant, his subcontractors, material men or employees
of any of them.
15
6. Notification in Event of Liability or Damage.
The Consultant shall immediately notify the Water Works in writing, upon the
occurrence of any event covered by this Section III-G. This notice shall describe the
event, give the cause, as far as it can be determined, provide an estimate of loss or
damage, list the witnesses, if any, and state the amount of any claim.
7. Cancellation and Material Changes Endorsement
Thirty (30) days advance written notice of cancellation, non-renewal, reduction in
insurance coverage and/or limits and ten (10) days written notice of non-payment of
premium shall be sent to:
Des Moines Water Works
Attn: Vern Rash, P.E., L.S.
Engineering Department
2201 George Flagg Parkway
Des Moines, Iowa 50321-1190
This endorsement supersedes the standard cancellation statement on the certificate of
insurance to which this endorsement is attached.
8. Proof of Insurance
The Consultant shall provide to Water Works a Certificate(s) of Insurance evidencing all
required insurance coverage above utilizing the latest version of the ACORD form.
9. Waiver of Subrogation
Wavier of subrogation by Consultant’s carriers is required.
10. Indemnity Provisions
The following provisions are required in the Professional Services Agreement:
a. To the fullest extent permitted by law, Consultant will agree to defend, pay on
behalf of, indemnify, and hold harmless the Water Works against any and all
claims, demands, suits, or loss, including any and all outlay and expense
connected therewith, and for any damages which may be asserted, claimed or
recovered against or from the Water Works by reason of personal injury,
including bodily injury or death, and property damages, including loss of use
thereof, which arises out of or results from Consultant’s negligent acts, errors or
omissions which are in any way connected or associated with the work and/or
services provided by Consultant to the Water Works pursuant to the provisions of
this contract. It is the intention of the parties that the Water Works shall not be
liable or in any way responsible for injury, damage, liability, loss or expense
incurred by Consultant, its officers, employees, subcontractors, and others
affiliated with Consultant due to accidents, mishaps, misconduct, negligence or
injuries either in person or property resulting from the work performed by, or the
negligent acts, errors or omissions of Consultant.
16
b. Consultant will assume full responsibility for any and all damage or injuries
which may result to any person or property by reason of Consultant’s negligent
acts, errors or omissions in connection with the work and/or services provided by
Consultant to the Water Works pursuant to this contract and agrees to pay the
Water Works for all damages caused to the Water Works’ premises resulting
from the negligent acts, errors or omissions of Consultant.
c. Consultant represents that its activities pursuant to the provisions of this contract
will be performed and supervised by adequately trained and qualified personnel,
and Consultant will observe, and cause its officers, employees, subcontractors,
sub-consultants, and others affiliated with Consultant to observe all applicable
safety rules.
d. For purposes of this paragraph, the term “Consultant” means and includes the
Consultant, its officers, agents, employees, subcontractors, and others affiliated
with Consultant, and the term “Water Works” means and includes the Water
Works, its trustees, employees, volunteers, and others working on behalf of the
Water Works.
END OF REQUEST FOR PROPOSALS.
Recommended