PROFESSIONAL SERVICES REQUEST FOR PROPOSALS Moffat Collection System Siphon 1 River Crossing

Similar documents
EL PASO WATER - PUBLIC SERVICE BOARD REQUEST FOR SUBMITTALS RFS February 5, 2019

EXHIBIT A SCOPE OF SERVICES FOR. FINANCIAL PROJECT ID(S). Various Projects DISTRICT 2 VARIOUS COUNTIES

Request for Proposals. 42nd Avenue Pump Station Rehabilitation. Public Works Department City of San Mateo 330 West 20th Avenue San Mateo, CA 94403

EL PASO WATER - PUBLIC SERVICE BOARD REQUEST FOR SUBMITTALS RFS June 27, 2017

Engineering Request for Proposals BJWSA Project CIP #1894 Raw Water Canal Improvements Engineering Contract

RECITALS TERMS AND CONDITIONS. The scope of work is contained in Exhibit A, attached hereto and incorporated herein.

REQUEST FOR PROPOSAL TOWN OF MIDDLESEX, NEW YORK WATER SYSTEM IMPROVEMENTS PROJECT

EXHIBIT 2-2-C SCHEDULES

Appendix A - Technical Specifications Engineering Services for the Ponte Vedra Blvd 6 CI WM Replacement Project

Denver Water Capital Projects Contractor Prequalification REQUEST FOR QUALIFICATIONS

City of Palo Alto (ID # 4369) City Council Staff Report

REQUEST FOR QUALIFICATIONS ARCHITECTURAL

I-74 Final Design Request For Proposal

Appendix D University of Maine System. Supplementary Requirements to AIA Document B Standard Form of Architect s Services

Appendix A - Technical Specifications Engineering Services For the RiverTown Water Treatment Plant Project

APPENDIX A TECHNICAL SPECIFICATIONS. Engineering Services for the East Grid - Pump Station Upgrade Program DESCRIPTION OF SCOPE OF SERVICES

Request for Proposals. Hillsdale Pedestrian/Bicyclist Bridge Design

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE ROOF AND HVAC REPLACEMENT PROJECT PW1320

REQUEST FOR PROPOSALS FOR. Site Civil Services for the Iowa River Landing Arena CITY OF CORALVILLE IOWA

TOWN OF WINTER PARK REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER / GENERAL CONTRACTOR

Engineering Department

APPENDIX A TECHNICAL SPECIFICATIONS Engineering Services for the Twin Creeks RW Storage Tank and Booster Pump Station

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

Subject: Statement of Qualifications for Public Safety Building Design

REQUEST FOR PROPOSALS TO PROVIDE PLANNING, RECOMMENDATIONS, AND CONTRACT DOCUMENTS FOR PIPELINE INSPECTION AND CONDITION ASSESSMENT FOR THE

RFP 3512R09 Strategic Consultant Services for the Office of Policy and Public Private Partnerships Addendum 3 Appendix H Questions & Answers

Programmatic Environmental Impact Statement (EIS) for Lower Green River Corridor Plan Request for Proposals:

REQUEST FOR PROPOSAL PROFESSIONAL SERVICES FOR ENGINEERING, ENVIRONMENTAL, PERMITTING, RIGHT-OF-WAY PLANNING, AND RELATED SERVICES FOR

REQUEST FOR PROPOSAL KIPDA REGIONAL FREIGHT PLAN MARCH 30, 2018

City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station

REQUEST FOR QUALIFICATIONS

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

Request for Proposals For Wastewater Treatment Plant Expansion and other Plant Improvements

Massachusetts Clean Energy Center Request for Proposals (RFP): Moon Island Engineering Design Consultant

REQUEST FOR PROPOSALS (RFP)

REQUEST FOR PROPOSALS

APPENDIX D CONSTRUCTION PHASE CRITERIA

REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES

SECTION 10 UTILITIES

REQUEST FOR PROPOSALS

DIVISION 1 GENERAL REQUIREMENTS SECTION PROJECT SCHEDULE

EXHIBIT 6 Preconstruction Work

1.0 ABOUT THE NU GUIDELINES

Request For Proposal Of Printing and Design Services. Marketing Department

2018 Sanitary Sewer Overflow and Reduction Program (SSORP) Engineering Design Services Small Diameter

The Caltrans Contract Manager will assign specific projects to the Consultant through the issuance of Task Orders.

Department of Public Works Division of Engineering. Nassau County, New York

ADMINISTRATIVE DIRECTIVE #CS-04

Request for Proposals

REQUEST FOR PROPOSAL SQ # ENGINEERING / ARCHITECTURAL CONSULTING SERVICES HVAC UPGRADES CENTER BUILDINGS I, II, III & IV, L HOMMEDIEU HALL,

EXHIBIT A SCOPE OF SERVICES CONSULTANT SERVICES DISTRICTWIDE TRAFFIC SIGNAL RETIMING FINANCIAL PROJECT ID:

Olympic and Paralympic Games Tokyo. Overlay Work (1) Ariake Arena, and Ariake Tennis Park. Tender Briefing

Stevens County Request for Proposal. Employee Classification and Compensation Study

Allegheny County Sanitary Authority (ALCOSAN)

For immediate questions, please contact Dr. Florine P. Raitano, Coalition Director and Project Manager for this project.

Exhibit A Mn/DOT Contract No

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL (RFP)

Request for Proposal Energy Efficiency (Conservation) Potential Assessment and Modeling Software Tool

Fair Oaks Water District

REQUEST FOR PROPOSAL Town of Lochbuie Water System Master Plan

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGEMENT AT RISK SERVICES SUPPLEMENTAL INFORMATION PACKAGE

Township of Severn REQUEST FOR PROPOSAL. Architectural & Professional Services Fire Station Replacement

WEST YELLOWSTONE SIEGEL LEARNING CENTER REQUEST FOR QUALIFICATIONS / PROPOSALS FOR CONSTRUCTION MANAGER AT RISK (CM-AR) SERVICES

Coastside County Water District Board of Directors. SRT Proposal for Design of the Hazen s Tank Replacement Project

Request for Proposal: City of Claremont Parking Garage Evaluation & Maintenance Program

CONSTRUCTION MANAGEMENT SERVICES

Forsyth County General Services Department Construction Management Division 201 North Chestnut Street Winston-Salem, NC 27101

Trans Canada Hwy. No.1 Donald Bridges and Approaches

REQUEST FOR PROPOSAL: Construction Management at Risk Services Hamilton International Air Cargo Logistics Facility. RFP Components

BID PHASE GUIDELINES

REQUEST FOR QUALIFICATIONS

REQUEST FOR PROPOSAL FOR. CONSTRUCTION MANAGER and DESIGN TEAM FOR. Downtown Preservation Project URBAN RE DEVELOPMENT AUTHORITY OF PITTSBURGH

Chapter HEALTH & WELLNESS CENTER TASK FORCE CHARTER

Ground Transportation Management Services

Request for Proposals Triennial Performance Audit of Public Transit Systems and The Council of Governments in San Joaquin County

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR DESIGN OF RECHARGE BASIN ON VICTORIA SITE

ANNOUNCEMENT REQUEST FOR PROPOSALS (RFP)

Third Party Contracts Quality Management Plan (TPCQMP) Revision 00 Issue Date: August 6, 2018

2. Services. The Scope of Work is amended by adding additional work. The additional work is detailed in the attached Exhibit A.

REQUEST FOR QUALIFICATIONS CAMP HALL RAILROAD BUILD-IN DESIGN-BUILD PROJECT

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES

REQUEST FOR PROPOSAL Engineering Design for Culinary Water Tank and Secondary Water Tank Conversion

PROFESSIONAL CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ)

CONSTRUCTION PROGRESS DOCUMENTATION (SCHEDULING)

REQUEST FOR QUALIFICATIONS (RFQ)

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems

600 - Phase C Intermediate Review Checklist for the Architect- Engineer

ADDITIONAL TYPES OF WORK REQUIRED

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR: SE 9 TH STREET STORMWATER PUMP STATION Activity ID

MANDATORY PRE-BID MEETING FLORIDA KEYS AQUEDUCT AUTHORITY

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

DESIGN-BUILD PROCUREMENT AND ADMINISTRATION

PLEASANT GROVE CITY FIRE STATION AND POLICE AND COURTSBUILDINGS

Request for Proposal (RFP 13-02)

REQUEST FOR PROPOSALS (RFP) Design Services for District Heat Distribution System

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO.

Attachment 1 Architectural Services

Transcription:

Project Description PROFESSIONAL SERVICES REQUEST FOR PROPOSALS Moffat Collection System Siphon 1 River Crossing The Siphon 1 River Crossing project consists of replacing an existing aerial pipe crossing of the Fraser River due to age and condition concerns. The pipe consists of approximately 380 ft. of 72-inch diameter steel pipe which is primarily exposed on supports with anchor blocks, expansion joints, and appurtenant facilities. Background and History Siphon 1 is located at the base of the Winter Park ski area in Grand County, Colorado. The facility was originally constructed in the mid 1930 s. The siphon conveys raw water from the Vasquez Canal to the Moffat Tunnel and represents a key artery of the Moffat Collection system. The aerial pipe crosses over the Fraser River. Project Objectives The following specific project objectives have been identified: Replace the existing pipe. Prepare design drawings and specifications in accordance with Denver Water Engineering standards, Capital Projects Construction Standards (CPCS), Design Drafting Standards and Engineering Specification and Formatting Guidelines. Adhere to Denver Water Capital Project Procedures Manual (CPPM) criteria, procedures and protocols. Consultant Scope of Services Consultant shall prepare drawings and specifications for review and approval by Denver Water. The consultant shall adhere to the Denver Water Capital Project Procedure Manual (CPPM). Drawings and specifications shall be developed in accordance with the Denver Water Capital Project Construction Standards (CPCS). Drafting of the drawings shall be done in accordance with the Denver Water Design Drafting Standards. Contract documents and specification shall be developed in accordance with Denver Water Engineering Specification and Formatting Guidelines. All documents will be finalized and approved by Denver Water. The Consultant Scope of Services shall be for design phase only. Denver Water anticipates handling all bidding and construction phase engineering support activities using in-house resources. Any additional Consultant services needed for bidding or construction phases of the project will be added via a contract amendment at a later time. Consultant Qualifications At a minimum, the Consultant team shall include the following experienced team members: 1) Civil pipeline engineer 2) Structural engineer 3) Geotechnical engineer 4) Drainage/Floodplain engineer Project team members shall have demonstrated experience that is similar in nature to that required for the project. All team members shall be Professional Engineers registered in the State of Colorado. Consultant Proposal shall include a project team organizational chart.

Page 2 of 23 For proposed project teams consisting of multiple consulting firms, the proposal shall clearly indicate which firm is to serve as the prime consultant and who will serve in the project manager role. All project team members included in the proposal shall have a direct and active role in executing the project. Owner Responsibility The Owner will provide to the Consultant available relevant information to aid in the design process. This includes but is not limited to: Previous studies including site geotechnical information. Project objectives. Provide detailed quality control review of design drawings and specifications through all phases of the project within agreed upon schedules. Provide surveys including design surveys and as-built elevations. Provide as-built detailed drawings of existing facilities. Finalize design documents and provide final approval for issuance of Final for Bid contract documents. Provide all bidding and construction phase engineering services.

Page 3 of 23 Project Assumptions The following assumptions were made in the development of this Scope of Work: The Design Phase will proceed to 30% where major decisions and design criteria will be set. The 30% level will be a major design gate for the project and will meet the requirements of the Owner s CPPM at a minimum. The Owner will provide payment for any required permit or review fees from outside entities. Public relations efforts will be completed by the Owner. The project execution shall follow the Owner s CPPM located online: http://www.denverwater.org. Drawings shall be provided in electronic media on Windows compatible Hi-Speed USB Flash Drives and in quality hardcopy media. AutoCAD Drawings shall be in accordance with the Owner s Design Drafting Standards and shall include, but not be limited to, the Standards located online in the Owner s CPPM. AutoCAD drawings shall be prepared using AutoCAD Civil3D 2016. Attend a meeting with the Owner s Drafting and Administration groups to discuss the Owner s Standards. Project specifications shall be submitted in the latest CSI format and adhere to the Owner s Engineering Specification and Formatting Guidelines. Construction Contract General Conditions, Contract Agreement, Bid Forms, etc., will be provided by the Owner via the Capital Projects Construction Standards (CPCS) located online: http://www.denverwater.org/. The Owner will submit the project to the U.S. Army Corp of Engineers for a Nationwide permit. The Owner will compile documents for bid packages and other submittals. The Owner will provide all necessary bidding and construction phase engineering services using in-house resources. Project Schedule The Owner may elect to follow the proposals with a formal questionnaire and/or interview to assist with the proposal evaluation. Final selection of a Consultant will be based upon scoring of the proposals by the selection committee using the criteria detailed on page 20. The selection committee will utilize information provided in the written proposal, interview as well as formal questionnaire in determining proposal scoring. The anticipated Project Schedule is summarized as follows: December 7, 2017 Request for Proposals Issued to Consultant advertised through www.denverwater.org December 14, 2017 Mandatory Pre-Proposal Meeting January 17, 2018 Final Written Questions Due January 24, 2018 Proposals Due January 31, 2018 Consultant Interviews February 2, 2018 Consultant Selection Finalized April 3, 2018 Issue Preliminary Work Plan April 19, 2018 Pre-Design Work Shop April 26, 2018 Issue Final Work Plan May 24, 2018 30% Project Completion July 17, 2018 60% Project Completion Sept. 12, 2018 90% Project Completion Oct. 17, 2018 Final for Bid Project Completion November 2019 Construction Complete Proposals shall include a detailed schedule with any deviations from the aforementioned schedule clearly identified.

Page 4 of 23 Any requests for clarification or additional information regarding the submission of this RFP shall be submitted in writing via e-mail jon.fischer@denverwater.org. The Pre-Proposal Meeting will be held at Denver West, Building 3, Second Floor, Conference Room 5 located at 1526 Cole Boulevard Golden, Colorado 80401 on Thursday, December 14, 2017 at 2:00 PM. Written requests for interpretation, clarification, and/or additional information must be received via e-mail no later than 5:00 pm, local time, Wednesday, January 17, 2018.

Page 5 of 23 Scope of Services Phase 1 Project Management and Administration Project Management and Administration includes the following activities: General Project Management Project Management Plan development Project Controls and Reporting Project Workshops Project Meetings Task 1.1: General Project Management Time for this task is allocated to the Consultant Project Manager to oversee and administer the project. The following deliverables will be provided as part of Task 1.1: Cost loaded schedule/work breakdown structure time allocation. Task 1.2: Project Management Plan The Project Management Plan will document the key project information required by the Consultant Project Team members to assist them in executing the project to meet the required objectives: on-time, on-budget, quality, and meeting the Owner s critical success factors. The key elements of the Project Management Plan are described as follows: The Project Charter will establish the project s goals, objectives, and critical success factors. Consultant Project Team members, roles, and responsibilities. This will also include the staffing plan (e.g., management, engineering, QA/QC). Scope of Services with work breakdown structure. Baseline Planned Value (PV) schedule to be used for Earned Value (EV) reporting. Project schedule in GANTT chart format. Schedule updates will be provided in monthly progress reports, if changes have been made and agreed upon by the Owner. The project schedule shall be developed in the most current version of Microsoft Project; it shall include meetings, workshops, and key deliverables. Dates for Owner-supplied information will also be provided. Project budgets. Communications plan. Risk management plan. QA/QC plan. Project documentation plan and file structure. Change management process. Conflict resolution plan. The following deliverables will be provided as part of Task 1.2: Project Management Plan (which includes the QA/QC plan). Progress reports.

Page 6 of 23 Task 1.3: Project Controls and Reporting Monthly invoices shall be prepared and submitted to the Owner in an approved format. Invoices shall be broken down by task, Prime Consultant, and Sub consultants and include the following: Total contract amount. Detailed charges for the current invoice period. Total charges to date. Earned value analysis and graph. Previous billings. Outstanding balance. Current amount remaining. Total amount due. The Consultant shall be responsible for the management of the Consultant and the Sub consultant Project Team s overall project controls, actively coordinating with the Owner s Design Project Manager to manage the following: Project costs. Project schedule. Document control. Monthly project status reports shall be prepared and submitted to the Owner, along with the monthly invoices. The reports shall include the following: A summary of services completed since the previous report. The current project schedule and budget status. Project issues and potential change logs. Milestones and/or deliverables scheduled in the coming month. This task also includes periodic project review by the Consultant s management to ensure the project meets the Owner s critical success factors, is on schedule, and is within budget. The following deliverables shall be provided as part of Task 1.3: Monthly invoices. Monthly project status reports. Earned value charts. Task 1.4: Project Meetings Project meetings include the key Project Team stakeholders and, as needed for the current topic, project stakeholders. This task shall not include meetings with outside entities which are specifically indicated in subsequent sections. Discuss ongoing issues and conflict resolution. CAD Standards meeting. Administrative staff meeting regarding Owner s Engineering Specification and Formatting Guidelines. Owner and Consultant Management review meetings. Monthly Owner and Consultant Team meetings through the duration of the project design phase shall be included in the Consultant proposal. Project meetings are considered separate activities to the Project Workshops indicated in subsequent sections.

Page 7 of 23 The following deliverables shall be provided as part of Task 1.4: Prepared agendas for each meeting. An ongoing log of decisions and conflict resolutions. Meeting minutes.

Page 8 of 23 Phase 2 Pre-Design Phase Task 2.1: Site Drainage/Floodplain Evaluation Evaluate project requirements to determine site drainage requirements as well as Fraser River Floodplain impacts and potential permitting requirements. Analyze site drainage issues. Coordinate with the Town of Winter Park and the Winter Park Ski area on drainage issues as required. The Fraser River has a designated FEMA floodplain. Evaluate project requirements to determine floodplain permitting requirements and impacts from both the permanent facility as well as temporary construction phase issues. Evaluate the existing valve house floor drains as well as the Moffat Tunnel drain lines and provide recommendations for pipe replacement/reconfiguration, pipe routing and outfall locations. At a minimum, the existing drain pipe is to be replaced. The following deliverables shall be provided as part of Task 2.1: Prepare technical memorandum summarizing findings for this task including recommendations. Present recommendations at Pre-Design workshop (Task 2.7). Incorporate Owner selected recommendations into the Project Work Plan (Task 2.8). Task 2.2: Slope Stability Evaluation Using previously gathered geotechnical information, evaluate the west and east slopes of the Fraser River drainage way for slope stability issues. Consultant shall indicate in their proposal if they anticipate any additional geotechnical field exploration being required and, if so, include appropriate cost. Consultant shall propose a methodology for evaluating this issue in their proposal. Coordinate with the Winter Park Ski Area as well as the Union Pacific Railroad on slope stability issues. Assume two meetings will be required for the pre-design phase related to this issue. The following deliverables shall be provided as part of Task 2.2: Prepare technical memorandum summarizing findings for this task including recommendations. Present recommendations at Pre-Design workshop (Task 2.7). Incorporate Owner selected recommendations into the Project Work Plan (Task 2.8). Meeting minutes from outside entity coordination meetings. Task 2.3: Winter Park Drive Impacts Evaluate project impacts to Winter Park Drive (which is owned and maintained by the Town of Winter Park) including the following: Coordinate with the Town of Winter Park and the Winter Park Ski Area as required. Assume two meetings will be required for the pre-design phase related to this issue. Provide recommendation for any permanent changes to the Winter Park Drive corridor (retaining walls, drainage system modifications, guard rail, etc.). Identify requirements for any temporary impacts to the road that should be planned for during construction and coordinated in advance with the Town of Winter Park. This may include full road closure, one direction road traffic limitations and limitation on construction work hours.

Page 9 of 23 The following deliverables shall be provided as part of Task 2.3: Prepare technical memorandum summarizing findings for this task including recommendations. Present findings at Pre-Design workshop (Task 2.7). Incorporate Owner selected recommendations into the Project Work Plan (Task 2.8). Meeting minutes from meetings with the Town of Winter Park. Task 2.4: Union Pacific Railroad Coordination Coordinate with the Union Pacific Railroad (UPRR) as required. Potential UPRR issues that may need to be considered in the project include: 1) Vibration monitoring of railroad facilities. 2) Railroad flagger requirements. 3) Railroad crane spotter requirements. 4) Shared slope stabilization issues. 5) Valve house drain/tunnel drain outfall issues. Assume that two meetings with the UPRR will be required for the pre-design phase related to this issue. The following deliverables shall be provided as part of Task 2.4: Prepare technical memorandum summarizing findings for this task including recommendations. Present findings at Pre-Design workshop (Task 2.7). Incorporate Owner selected recommendations into the Project Work Plan (Task 2.8). Task 2.5: Conceptual Level Cost Estimate Prepare conceptual level cost estimate for recommended Project Scope. Alternatives that require an Owner decision shall be presented with the corresponding cost range. The cost estimate shall be itemized in detail so that the Owner can make cost implication decisions related to the Project Scope. The following deliverables shall be provided as part of Task 2.5: Conceptual level cost estimate. Task 2.6: Anticipated Construction Schedule and Sequencing Identify the anticipated construction schedule and sequencing including outage requirements for the siphon, road closures and related outside entity coordination issues. The following deliverables shall be provided as part of Task 2.6: Construction schedule and sequencing. Task 2.7: Pre-Design Workshop Organize and present a pre-design workshop. A 2.5 hour workshop is anticipated. At a minimum, the Workshop shall cover the following topics:

Page 10 of 23 Present recommendations and potential alternatives from site drainage/floodplain evaluation (Task 2.1). Present recommendations and potential alternatives from slope stability evaluation (Task 2.2). Present recommendations and potential alternatives from Winter Park Drive impacts Evaluation (Task 2.3). Present recommendations and potential alternatives related to UPRR coordination issues (Task 2.4). Present conceptual level cost estimate including alternatives and cost range implications (Task 2.5). Present anticipated construction schedule and sequencing (Task 2.6). The following deliverables shall be provided as part of Task 2.7: Workshop meeting agenda and supporting presentation material. Workshop meeting minutes. Task 2.8: Work Plan Prepare project Work Plan in preliminary and final versions in accordance with CPPM. Prepare Preliminary Project Work Plan. Prepare comment resolution response to all comments received on the Preliminary Project Work Plan. Prepare Final Project Work Plan. Owners Design Project Manager will obtain original signature approval on the Final Project Work Plan from Denver Water project stakeholders. The following deliverables shall be provided as part of Task 2.9: Preliminary Project Work Plan. Completed comment response resolution form for all comments received on the Preliminary Project Work Plan. Final Project Work Plan.

Page 11 of 23 Phase 3 30% Design 30% Design shall adhere to requirements in the Denver Water CPPM. Denver Water anticipates that the replacement facility will be similar in nature to the existing facility. Owner will provide as-built drawings of the existing facility (not available in AutoCAD format) to the Consultant. Task 3.1: Drawing Preparation Prepare 30% Design Drawings per the following: Drawings shall be prepared in accordance with Denver Water Design Drafting Standards. Drawings shall utilize CPCS standard details. Drawings shall be developed in AutoCAD Civil3D 2016. Meet with the Denver Water design drafting supervisor in advance of the 30% design submittal to review Denver Water Design Drafting standards. The following deliverables shall be provided as part of Task 3.1: 30% Design Drawings in electronic PDF format as well as electronic AutoCAD files. Task 3.2: Technical Specifications Prepare list of technical specifications applicable to the project per the following: Identify CPCS specification sections that are applicable to the project. Prepare project specific Division 1 specifications. Identify new project specific technical specifications not covered by CPCS specifications. Note that any new project specific technical specification must be pre-approved by the Director of Engineering. Submit a written request to the Design Project Manager prior to preparing any non-cpcs specifications. The following deliverables shall be provided as part of Task 3.2: List of applicable CPCS specification sections. List of proposed project specific specifications. 30% level draft of project specific Division 1 specifications. Task 3.3: 30% Cost Estimate and Schedule Update Update project cost estimate to incorporate the 30% design documents: Update the project cost estimate to incorporate the 30% design documents. Update the project construction schedule to incorporate the 30% design documents. The following deliverables shall be provided as part of Task 3.3: 30% design cost estimate. 30% design project schedule. Task 3.4: 30% Outside Entity Coordination Coordinate 30% design issues with outside entities as required: Coordinate with the Union Pacific Railroad. Coordinate with the Winter Park Ski Area. Town of Winter Park.

Page 12 of 23 Assume that a total of three coordination meetings with outside entities will be required during the 30% design stage. Note that certain meetings may include multiple entities. The following deliverables shall be provided as part of Task 3.4: Meetings and site visits with outside entities as required with meeting minutes. Task 3.5: 30% Design Workshop Organize and present a 30% design workshop. A 2.5 hour workshop is anticipated. At a minimum, the Workshop shall cover the following topics: Present project scope based on the 30% design. It is critical that all major design decisions be made at the 30% design level. Consultant shall identify any outstanding design issues that require Owner input and shall present these issues at the workshop. Present 30% design cost estimate and schedule. Provide update to key coordination issues with outside entities. The following deliverables shall be provided as part of Task 3.5: Workshop meeting agenda and supporting presentation material. Workshop meeting minutes. Task 3.6: 30% Design for Additional Scope Items Include in proposal an hour estimate and corresponding budget for 30% level drawing and specification preparation for the following additional scope items that Denver Water may decide to include in the project scope. Consultant shall not proceed with work on this task without specific authorization from Denver Water. Slope stabilization system for both the east and west slopes of the Fraser River drainage. The slope stabilization on the west side could extend to the north approximately 100 ft. to the railroad culvert. 30% Design Drawings in electronic PDF format as well as electronic AutoCAD files. Additional technical specification items as required for the additional scope items in accordance with requirements of task 3.2.

Page 13 of 23 Phase 4 60% Design 60% Design shall adhere to requirements in the Denver Water CPPM. Provide written comment resolution response to all comments received on the 30% design submittal a minimum of 2 weeks prior to submitting the 60% design package. Task 4.1: Drawing Preparation Prepare 60% Design Drawings per the following: Drawings shall be prepared in accordance with Denver Water Design Drafting Standards. Drawings shall utilize CPCS standard details. Drawings shall be developed in AutoCAD Civil3D 2016. The following deliverables shall be provided as part of Task 4.1: 60% Design drawings in electronic PDF format as well as electronic AutoCAD files. Written comment resolution response to all comments received on 30% design documents. Task 4.2: Technical Specifications Prepare 60% level technical specifications applicable to the project per for the following: Modify CPCS specification sections per the Supplemental Technical Specification (STS) process as required. Revise project specific Division 1 specifications to the 60% level. Prepare project specific technical specifications to the 60% level. At the 60% design level, all technical specifications shall be included in the design package. Documents shall be prepared in accordance with Denver Water Engineering Specification and Formatting Guidelines. The Denver Water Design Project Manager will prepare the front end documents needed for the design package. The following deliverables shall be provided as part of Task 4.2: 60% specification package in electronic Word format. Task 4.3: 60% Cost Estimate and Schedule Update Update project cost estimate to incorporate the 60% design documents: Update the project cost estimate to incorporate the 60% design documents. Update the project construction schedule to incorporate the 60% design documents. The following deliverables shall be provided as part of Task 4.3: 60% design cost estimate. 60% design project schedule. Task 4.4: 60% Outside Entity Coordination Coordinate 60% design issues with outside entities as required: Coordinate with the Union Pacific Railroad. Coordinate with the Winter Park Ski Area.

Page 14 of 23 Coordinate with the Town of Winter Park. Assume that a total of two coordination meetings with outside entities will be required during the 60% design stage. Note that certain meetings may include multiple entities. The following deliverables shall be provided as part of Task 4.4: Meetings and site visits with outside entities as required with meeting minutes. Task 4.5: 60% Design Workshop Organize and present a 60% design workshop. A 2-hour workshop is anticipated. At a minimum, the Workshop shall cover the following topics: Present project scope based on the 60% design. It is anticipated that the project scope is largely unchanged from the 30% design and that the discussion issues are primarily refinement of design concepts. Present 60% design cost estimate and schedule. Provide update to key coordination issues with outside entities. The following deliverables shall be provided as part of Task 4.5: Workshop meeting agenda and supporting presentation material. Workshop meeting minutes. Task 4.6: 60% Design for Additional Scope Items Include in proposal an hour estimate and corresponding budget for 60% level drawing and specification preparation for the following additional scope items that Denver Water may decide to include in the project scope. The budget for these items shall be further subdivided by each specific item. Consultant shall not proceed with work on this task without specific authorization from Denver Water. Slope stabilization system for both the east and west slopes of the Fraser River drainage. The slope stabilization on the west side could extend to the north approximately 100 ft. to the railroad culvert. 60% Design Drawings in electronic PDF format as well as electronic AutoCAD files. Additional technical specification items to the 60% level as required for the additional scope items in accordance with requirements of task 4.2.

Page 15 of 23 Phase 5 90% Design 90% Design shall adhere to requirements in the Denver Water CPPM. Provide written comment resolution response to all comments received on the 60% design submittal a minimum 2 weeks prior to submitting the 90% design package. Task 5.1: Drawing Preparation Prepare 90% Design Drawings per the following: Drawings shall be prepared in accordance with Denver Water Design Drafting Standards. Drawings shall utilize CPCS standard details. Drawings shall be developed in AutoCAD Civil3D 2016. Prepare color QC drawings in accordance with the CPPM. The following deliverables shall be provided as part of Task 5.1: 90% Design Drawings in electronic PDF format as well as electronic AutoCAD files. Color QC drawings. Comment resolution response to all comments received on the 60% design submittal. Task 5.2: Technical Specifications Prepare 90% level technical specifications applicable to the project per the following: Revise STS to the 90% design level. Revise project specific Division 1 specifications to the 90% level. Prepare project specific technical specifications to the 90% level. The Denver Water Design Project Manager will prepare the front end documents needed for the design package. The following deliverables shall be provided as part of Task 5.2: 90% specification package in electronic Word format. Task 5.3: 90% Cost Estimate and Schedule Update Update project cost estimate to incorporate the 90% design documents. The 90% cost estimate shall be prepared by a professional construction cost estimator and include a detailed cost breakdown of labor, material, overhead, profit and related items. Consultant shall indicate in their proposal if this service will be provided using in-house resources or by an outside construction contractor included in their project team. A resume for the lead estimator responsible for this task shall be included in the proposal. Update the 90% project cost estimate to incorporate the 90% design documents. Update the project construction schedule to incorporate the 90% design documents. The following deliverables shall be provided as part of Task 5.3: 90% design cost estimate. 90% design project schedule.

Page 16 of 23 Task 5.4: 90% Outside Entity Coordination Coordinate 90% design issues with outside entities as required: Coordinate with the Union Pacific Railroad. Coordinate with the Winter Park Ski Area. Coordinate with the Town of Winter Park Assume that a total of two coordination meetings with outside entities will be required during the 90% design stage. Note that certain meetings may include multiple entities. The following deliverables shall be provided as part of Task 5.4: Meetings and site visits with outside entities as required with meeting minutes. Task 5.5: Work Plan 90% Re-Endorsement Revise the Final Project Work Plan for 90% re-endorsement. 90% design level project scope, schedule and cost estimate shall be incorporated into the document. Owners Design Project Manager will obtain original signature approval on the Final Project Work Plan from Denver Water project stakeholders. The following deliverables shall be provided as part of Task 2.9: Preliminary Project Work Plan. Completed comment response resolution form for all comments received on the Preliminary Project Work Plan. Final Project Work Plan. Task 5.6: 90% Outside Entity Coordination Coordinate 90% design issues with outside entities as required: Coordinate with the Union Pacific Railroad. Coordinate with the Winter Park Ski Area. Coordinate with the Town of Winter Park Assume that a total of two coordination meetings with outside entities will be required during the 90% design stage. Note that certain meetings may include multiple entities. The following deliverables shall be provided as part of Task 5.4: Meetings and site visits with outside entities as required with meeting minutes. Task 5.6: 90% Design for Additional Scope Items Include in proposal a labor hour estimate and corresponding budget for 90% level drawing and specification preparation for the following additional scope items that Denver Water may decide to include in the project scope. The budget for these items shall be further subdivided by each specific item. Consultant shall not proceed with work on this task without specific authorization from Denver Water. Slope stabilization system for both the east and west slopes of the Fraser River drainage. The slope stabilization on the west side could extend to the north approximately 100 ft. to the railroad culvert.

Page 17 of 23 90% Design Drawings in electronic PDF format as well as electronic AutoCAD files. Additional technical specification items to the 90% level as required for the additional scope items in accordance with requirements of task 5.2.

Page 18 of 23 Phase 6 Final for Bid Final for Bid shall adhere to requirements in the Denver Water CPPM. Provide written comment resolution response to all comments received on the 90% design submittal a minimum of 2 weeks prior to submitting the 90% design package. Additional scope items indicated in previous sections shall be subdivided in the work breakdown structure. Task 6.1: Drawing Preparation Final for Bid Drawings per the following: Drawings shall be prepared in accordance with Denver Water Design Drafting Standards. Drawings shall utilize CPCS standard details. Drawings shall be developed in AutoCAD Civil3D 2016. The following deliverables shall be provided as part of Task 6.1: Final for Bid Drawings in electronic PDF format as well as electronic AutoCAD files. Task 6.2: Technical Specifications Prepare Final for Bid technical specifications applicable to the project per the following: Revise STS to the Final for Bid design level. Revise project specific Division 1 specifications to the Final for Bid level. Prepare project specific technical specifications to the Final for Bid level. The Denver Water Design Project Manager will prepare the front end documents needed for the design package. The following deliverables shall be provided as part of Task 6.2: Final for Bid specification package in electronic Word format.

Page 19 of 23 Proposal Requirements The proposal shall outline the Consultant s Scope of Services, which shall include, at a minimum, the criteria set forth within this RFP and the Consultant s approach to administer and complete the project. A detailed project approach assists the Owner in understanding the Consultant s comprehension of the project and the opportunities and constraints that a project of this complexity may contain. At a minimum, the Proposal shall include the following: A cover letter. The project approach, including any unique solutions and clearly identifying assumptions. Tailored 2 page resumes, including projects similar in nature and complexity to the Siphon 1 River Crossing Project, shall be provided for key personnel shown within the project organization chart. Key personnel proposed for the project shall remain available for the entirety of the project. A change of project personnel will only be permitted in certain circumstances and may be subject to a monetary penalty. A manpower labor estimate (work breakdown structure) by labor type/hours for the following major project phases and tasks provided under Scope of Services. Include the corresponding hourly rates (an 11-inch by 17-inch format for the work breakdown structure is acceptable). o o o o o Phase 1: Project Management and Administration Task 1.1: General Project Management Task 1.2: Project Management Plan Task 1.3: Project Controls and Reporting Task 1.4: Project Meetings Phase 2: Pre-Design Phase Task 2.1: Site Drainage/Floodplain Evaluation Task 2.2: Slope Stability Evaluation Task 2.3: Winter Park Drive Impacts Task 2.4: Union Pacific Railroad Coordination Task 2.5: Conceptual Level Cost Estimate Task 2.6: Anticipated Construction Schedule and Sequencing Task 2.7: Pre-Design Workshop Task 2.8: Work Plan Phase 3: 30% Design Task 3.1: Drawing Preparation Task 3.2: Technical Specifications Task 3.3: 30% Cost Estimate and Schedule Update Task 3.4: 30% Outside Entity Coordination Task 3.5: 30% Design Workshop Task 3.6: 30% Design for Additional Scope Items Phase 4: 60% Design Task 4.1: Drawing Preparation Task 4.2: Technical Specifications Task 4.3: 60% Cost Estimate and Schedule Update Task 4.4: 60% Outside Entity Coordination Task 4.5: 60% Design Workshop Task 4.6: 60% Design for Additional Scope Items Phase 5: 90% Design Task 5.1: Drawing Preparation Task 5.2: Technical Specifications Task 5.3: 90% Cost Estimate and Schedule Update Task 5.4: 90% Outside Entity Coordination Task 5.5: Work Plan 90% Re-Endorsement Task 5.6: 90% Design for Additional Scope Items

Page 20 of 23 o Phase 6: Final for Bid Task 6.1: Drawing Production Task 6.2: Technical Specifications A detailed schedule with any deviations from the schedule included herein clearly identified and tied to the project approach. A written statement regarding the Consultant s eligibility to perform the work without a conflict of interest. A written statement regarding the Consultant s willingness to enter into a contract based on the draft Proposal Agreement in Appendix A. Any requested changes to the contract language shall be stated in this written statement at the time of the proposal. The proposal length shall not exceed 25 pages excluding resumes. Excessively long proposals are discouraged and may result in a lower score. Consultants are encouraged to only provide information in the proposal that is directly relevant to the project. A MWBE goal of 5% has been set for this Work. More information on the Owner s MWBE Program can be found online: http://www.denverwater.org/.

Page 21 of 23 Selection Criteria The Owner will review the Proposals and make a selection based on best value while considering the following criteria: Criteria Standard Weighting Factor Team Qualifications Proposed Approach, Project Plan, and Schedule Do the assigned personnel have the skills and experience to provide a detailed and complete study? Do the personnel have firsthand experience in this type of work? Does the firm(s) have the appropriate support capabilities to meet the demands of the project? (Maximum Score of 10) Does the proposal show an understanding of the project objectives and the results desired from the project? (Maximum Score of 10) 2.5 3 Cost and Work Hours MWBE Participation Do the work hours presented accurately reflect the level of effort required to complete the project? How do unit labor and overhead costs compare to other firms? (Maximum Score of 10) Proposal will receive the maximum score if stated MWBE goal of 5% is achieved. Proposers are encouraged to achieve MWBE participation in exceedance of the 5% goal, but this will not result in a higher score. MWBE participation less than 5% will be scored on a pro-rated basis, a 3% participation will therefor receive a score of 6. (Maximum Score of 10) 4 0.5 The scale of the criteria is from 1 to 10; 1 is a poor rating, 5 is an average rating, and 10 is an outstanding rating. Criteria will be multiplied by the associated weight to give a weighted criteria score. The weighted criteria scores will be summed for a cumulative score. The maximum possible cumulative score is 100. Proposal Submittal Selection of a Consultant will be based on the selection criteria previously described. The Proposal shall address each component of the selection criteria. Costs associated with Proposal preparation, pre-proposal meeting attendance, interview attendance, etc. shall be borne entirely by the proposing Consultant. Proposal information will become the property of the Owner. Proprietary Or Confidential Information: o Proposers acknowledge that Denver Water may be required to disclose any or all of the documents submitted with a Proposal, pursuant to the Colorado Open Records Act, C.R.S. 24-72-201.1, et seq. Under C.R.S. 24-72-204(3)(a)(IV), Denver Water may deny inspection of any confidential commercial or financial information furnished to Denver Water by an outside party. Therefore, a Proposer must clearly designate any documents submitted with its Proposal that the Proposer deems proprietary or confidential, to aid Denver Water in determining what must be disclosed in response to a request for documents under the Colorado Open Records Act. o The Proposer s designation of material to be redacted must be reasonable or it will not be honored. For example, a Proposer may not designate the entire Proposal to be confidential and proprietary.

Page 22 of 23 It is recommended that firms access and become familiar with a copy of the most recent version of the Owner s CPCS and CPPM at no cost to the Owner. Consultants shall be responsible for meeting the requirements of DW s CPPM. Four hardcopies and one electronic copy (a pdf on a flash drive) of the Consultant s Proposal shall be submitted by 5 pm, local time, on Wednesday January 24, 2017 to Jon Fischer, Design Project Manager, Denver Water, 1600 West 12th Avenue, Denver, Colorado 80204. Please contact Jon Fischer, Design Project Manager at 303-628-6678 or jon.fischer@denverwater.org with questions regarding this request. In addition, submit one hardcopy of the Consultant s Proposal with intellectual or proprietary property redacted.

Page 23 of 23 Attachment A Consultant Agreement Attachment B Geotechnical Investigation