water infrastructure and supply … infrastructure and supply efficiency (wise) design/build project...

94
WATER INFRASTRUCTURE AND SUPPLY EFFICIENCY (WISE) DESIGN/BUILD PROJECT (DB PROJECT) REQUEST FOR PROPOSALS (RFP) Volume 1 of 3 RFP #2014-100 October 31, 2014 South Metro WISE Authority (Authority) A member organization of: PROPOSALS DUE: December 23, 2014 at 3:00 p.m. Mountain Time

Upload: phamkhanh

Post on 03-Apr-2018

221 views

Category:

Documents


4 download

TRANSCRIPT

WATER INFRASTRUCTURE AND SUPPLY EFFICIENCY (WISE) DESIGN/BUILD PROJECT (DB PROJECT)

REQUEST FOR PROPOSALS (RFP) Volume 1 of 3

RFP #2014-100

October 31, 2014

South Metro WISE Authority (Authority)

A member organization of:

PROPOSALS DUE:

December 23, 2014 at 3:00 p.m. Mountain Time

This page intentionally left blank

South Metro WISE Authority

WISE Design/Build Project RFP – Volume 1 i October 31, 2014

Table of Contents (Volume 1) 1.0  INTRODUCTION .......................................................................................................................... 1 

1.1  General ....................................................................................................................................... 1 1.2  RFP Organization ....................................................................................................................... 1 

1.3  Background ................................................................................................................................ 2 

1.3.1  WISE System ................................................................................................................ 2 1.3.2  Use of Existing Infrastructure ..................................................................................... 3 

1.3.3  WISE Authority and WISE Partnership ........................................................................ 3 

1.4  Authorization .............................................................................................................................. 4 1.5  DB Project Funding .................................................................................................................... 4 

1.6  Definitions .................................................................................................................................. 4 

1.7  Acronyms .................................................................................................................................... 5 2.0  DB WORK ................................................................................................................................... 7 

2.1  General ....................................................................................................................................... 7 

2.2  DB Project Goals and Objectives .............................................................................................. 7 2.3  DB Project Elements and Scope of Services ............................................................................ 7 

2.3.1  DB Project Facilities .................................................................................................... 7 

2.3.2  Design/Builder Work and Responsibilities ................................................................ 8 2.4  Available Information ................................................................................................................. 8 

2.4.1  Preliminary Technical Work and Other Design Requirements.................................. 8 

2.4.2  Geotechnical Information ........................................................................................... 9 2.4.3  Permitting and Approvals ............................................................................................ 9 

2.4.4  Other Available Information and Reference Documents ....................................... 10 

2.4.5  Verification of Existing Information ......................................................................... 10 2.5  Design/Build Contract ............................................................................................................ 10 

2.6  DB Project Schedule ............................................................................................................... 10 

2.7  Pricing for Base and Alternate Proposals .............................................................................. 10 3.0  PROCUREMENT APPROACH AND SCHEDULE ....................................................................... 12 

3.1  Overall Proposal Phase Procurement Process and Schedule ............................................. 12 

3.2  Proposal Evaluation Criteria and Weightings ........................................................................ 13 3.3  Communications Protocol / DB Project Inquiries ................................................................. 15 

3.4  Other Procurement Requirements and Limitations .............................................................. 15 

3.4.1  Work for Hire ............................................................................................................. 15 3.4.2  Proposers Responsible for SOQ and Proposal Costs ............................................. 16 

3.4.3  Authority Rights ........................................................................................................ 16 

3.4.4  Protests ..................................................................................................................... 17 3.4.5  Proposals and Public Disclosure ............................................................................. 17 

South Metro WISE Authority

WISE Design/Build Project RFP – Volume 1 ii October 31, 2014

3.4.6  Non-Endorsement .................................................................................................... 18 

3.4.7  Venue ........................................................................................................................ 18 3.4.8  Authority Right to Confirm Proposer’s Financial Status and Capacity to Perform

the Work .................................................................................................................... 18 

4.0  PROPOSAL SUBMITTAL REQUIREMENTS .............................................................................. 20 4.1  Questions from Proposers and Addenda from the Authority ............................................... 20 

4.2  Required Date, Time, and Location of Submittals ................................................................ 20 

4.3  Pre-Proposal Meetings ........................................................................................................... 20 4.4  Site Visits to Verify Existing Conditions.................................................................................. 20 

4.5  Proposal Organization and Content ....................................................................................... 21 

Tab 1 – Technical / Management Proposal

Proposal Section 1.1 – Overall Project Concept

Proposal Section 1.2 – Chloramine Disinfection and Iron and Manganese Removal Treatment Facility

Proposal Section 1.3 Connections to the Western Pipeline, Pressure Sustaining Valve, Pressure Monitoring Station

Proposal Section 1.4 – SCADA Improvements

Proposal Section 1.5 – Smoky Hill Storage Tank

Proposal Section 1.6 – Quebec Pump Station Bypass

Proposal Section 1.7 - Aurora Water Connection

Proposal Section 1.8 – Permits and Approvals

Proposal Section 1.9 – Overall Management Approach

Proposal Section 1.10 – Drawings and Diagrams and List of Specifications

Proposal Section 1.11 – Equipment and System Lists

Proposal Section 1.12 – Ancillary Equipment

Tab 2 – Proposed Schedule

Tab 3 – Price and Business Proposal

Proposal Section 3.1 – Proposed Fixed Design/Build Price

Proposal Section 3.2 –Operation and Maintenance Costs

Proposal Section 3.3 – Surety and Insurance Requirements

Proposal Section 3.4 – Financial Qualifications

Tab 4 – Additional Experience and Qualifications Information

Tab 5 – Proposal Forms

South Metro WISE Authority

WISE Design/Build Project RFP – Volume 1 iii October 31, 2014

Attachments: PDF PAGE NO.

Attachment 1: Vicinity Map and DB Project Components Locations 33

Attachment 2: Reference Documents Available 37

Attachment 3: Proposal Forms 47

VOLUME 2 – DB Contract Documents

DB Agreement

General Conditions

Supplementary Conditions

Exhibits (Preliminary Drawings for Basis of Design Memos (Exhibit A) are bound in Volume 3)

VOLUME 3 – Preliminary Drawings for Basis of Design Memos

South Metro WISE Authority

WISE Design/Build Project RFP – Volume 1 iv October 31, 2014

This page intentionally left blank

South Metro WISE Authority

WISE Design/Build Project RFP – Volume 1 1 October 31, 2014

WATER INFRASTRUCTURE AND SUPPLY EFFICIENCY (WISE)

DESIGN/BUILD PROJECT (DB PROJECT)

REQUEST FOR PROPOSALS (RFP)

Volume 1 of 3

SOUTH METRO WISE AUTHORITY (AUTHORITY)

1.0 INTRODUCTION

1.1 General This document is a Request for Proposals (RFP) for the Water Infrastructure and Supply Efficiency (WISE) Design/Build Project (WISE DB Project or DB Project or Project) for the South Metro WISE Authority (Authority or WISE Authority). This RFP is being issued to the short-listed Proposers based on the outcome of an evaluation of Statements of Qualifications (“SOQs”), submitted in response to a Request for Qualifications (“RFQ”) issued by the Authority.

The short-listed Proposers are, in alphabetical order: Garney Water Partnership (joint venture of Garney Companies, Inc. and Burns & McDonnell

Engineering Co., Inc.) Western Summit Constructors, Inc. (with Tetra Tech, Inc. and McDade-Woodcock, Inc.)

This RFP initiates the second phase of a two-phase procurement process for the DB Project that is being conducted by the Authority. The first phase of the procurement process consisted of the issuance of the RFQ, receipt and evaluation of SOQs, and selection of short-listed Proposers.

The Authority’s intent in developing this RFP is to encourage qualified firms / teams to provide the best value solution for delivering the DB Project within the confines of the Authority’s requirements as described in this document. The Authority expects to enter into a contract (DB Contract or Contract) with a single contracting entity (Design/Builder) for the DB Project.

1.2 RFP Organization This RFP is organized into three volumes: Volume 1 – RFP Front End provides background information; describes the general Work for the

DB Project; describes the Proposal evaluation process, criteria, and their relative weights; and defines Proposal submittal requirements. The RFP Front End is organized into four sections as follows:

o Section 1, Introduction provides a broad overview of the future WISE System, background on the WISE Authority, and other general information.

o Section 2, DB Work describes the Authority’s objectives for the DB Project, identifies the facilities included within the scope of the DB Project and their location, describes the selected Design/Builder’s responsibilities, and generally describes information that is available to short-listed Proposers as well as the Authority’s preferred risk

Volume 1: Page 1 of 88

South Metro WISE Authority

WISE Design/Build Project RFP – Volume 1 2 October 31, 2014

allocation. This section also summarizes the major schedule milestones, the Proposed Fixed DB Price and the DB Contract Price.

o Section 3, Procurement Approach and Schedule describes the remaining process leading to execution of a DB Contract between the selected Design/Builder and the Authority, including RFP, proposal evaluation and Design/Builder selection, and contract negotiations. This section also identifies Authority rights and limitations associated with the procurement process.

o Section 4, Proposal Submittal Requirements describes the specific submittal requirements for Proposals, including the date, time, and location; submittal protocols; number of copies required; and the required content and organization of the Proposals.

Volume 2 – Design/Build Contract Documents, including the DB Agreement, General Conditions, Supplementary Conditions, and Exhibits (except the preliminary design drawings for the Basis of Design Memos (Exhibit A) which are bound in Volume 3). These DB Contract Documents describe, among other things, the risk allocation, scope of work, design criteria and performance requirements for the DB Project.

Volume 3 – Preliminary Drawings for Basis of Design Memos, including the 11 x 17 inch preliminary drawings associated with the Basis of Design Memos included in Exhibit A of the DB Contract Documents.

Proposers should note that, throughout Volume 2, notes exist in reference to specific areas within the DB Contract Documents where information from the selected Proposal will be inserted. These insertions will be completed during finalization of the DB Contract following successful contract negotiations.

By submitting a Proposal, a Proposer agrees, if selected for negotiations, to enter into good faith negotiations, and upon mutual agreement, to enter into a DB Contract in the form of the DB Contract Documents included in Volume 2.

1.3 Background 1.3.1 WISE System

The DB Project includes a number of new facilities required to implement the WISE System, a regional water supply involving Aurora Water, Denver Water, East Cherry Creek Valley Water and Sanitation District (ECCV), and the Authority, which includes ten (10) participating water supply agencies (WISE Participants). Once completed, the WISE System will deliver water supplies from Denver and Aurora to the WISE Participants serving the South Metro region of the Denver Metropolitan area.

Overall, the WISE System will consist of a combination of existing and new water supply infrastructure. Existing Infrastructure will include: The Western Pipeline and portions of the State Land Board (SLB) Line owned by the Authority;

and

The Quebec Pump Station, owned by ECCV.

New water supply infrastructure for the WISE System to be provided as a Design/Build Project will include both Core Infrastructure and portions of the Local Infrastructure. Core Infrastructure includes components that must be in place for all WISE Participants to access their share of water supplied by the WISE DB Project. Local Infrastructure includes additional components needed for

Volume 1: Page 2 of 88

South Metro WISE Authority

WISE Design/Build Project RFP – Volume 1 3 October 31, 2014

certain WISE Participants to deliver water from the Core Infrastructure to their respective service areas. The Authority will serve as the contracting entity and single point of contact for the DB Project.

The selected Design/Builder will be asked to obtain certain permits and to design, construct, commission, and test the Core Infrastructure and portions of the Local Infrastructure.

1.3.2 Use of Existing Infrastructure

As discussed in Section 1.3.1, the WISE System will make use of existing infrastructure, including the Western Pipeline, portions of the SLB Line, and the Quebec Pump Station as shown in Attachment 1. The Western Pipeline is currently used to convey groundwater from ECCV’s Willows Well Field, located on the western end of the pipeline, to ECCV’s service area including ACCWA and Heritage Eagle Bend (HEB) Golf Course, located on the eastern end of the pipeline. The SLB Line is located east of highway E-470 along Arapahoe Road and then Smoky Hill Road. Each of the existing facilities mentioned are presently in-service and operated by ECCV. Proposers must detail plans to maintain service during construction, except during periods of approved temporary shutdown as discussed further herein.

The first phase of the WISE System will modify operation of this existing infrastructure to: Deliver treated water from Aurora Water to the SLB Line (via a temporary connection until other

planned water supply facilities are constructed);

Provide operational storage and surge mitigation via a new storage tank constructed at the system high point;

Deliver treated water to WISE Participants (and to Denver Water in a future phase not part of this DB Project);

Deliver treated water, bypassing the Quebec Pump Station, from east to west

Convert Willows Wells groundwater disinfection residual from free-chlorine to combined-chlorine (chloramine); and

Reduce the concentrations of iron and manganese in groundwater produced from the Willows Wells that is conveyed through the WISE System.

Future phases will allow for water to be delivered from the existing Binney Water Treatment Plant to the new Smoky Hill Storage Tank via a planned new pump station and pipeline that are not part of the current DB Project.

As a result of the WISE System improvements listed above, the Western Pipeline will be capable of conveying water west to east and east to west.

After the WISE System is in place, ECCV will retain rights to limited capacity in the Western Pipeline in order to convey Willows Wells groundwater to its service area. ECCV may also convey other water from east to west in the Western Pipeline for aquifer storage and recovery at its Willows Wells.

1.3.3 WISE Authority and WISE Partnership

The WISE Authority consists of ten (10) WISE Participants that have agreed and contracted to jointly develop the WISE System. WISE Participants include:

Centennial Water and Sanitation District

Parker Water and Sanitation District Town of Castle Rock

Rangeview Metropolitan District

Volume 1: Page 3 of 88

South Metro WISE Authority

WISE Design/Build Project RFP – Volume 1 4 October 31, 2014

Cottonwood Water and Sanitation District

Dominion Water and Sanitation District Pinery Water and Sanitation District

Stonegate Village Metropolitan District

Inverness Metropolitan District Meridian Water and Sanitation District

In addition to the WISE Participants listed above, the WISE Partnership Agreement includes Denver Water and Aurora Water. ECCV is a major stakeholder participant in the WISE DB Project through their funding participation in the DB Project. ECCV will retain rights in the WISE infrastructure. In addition, ECCV operates the Quebec Pump Station, their Willows Well Field and will operate the new treatment facility outlined herein for the Authority.

1.4 Authorization Based on results of the delivery assessment conducted by the Authority, the Authority plans to utilize a DB approach to deliver the Core Infrastructure and portions of the Local Infrastructure in order to meet the WISE System objectives and schedule for implementation. As such, the Board for the Authority authorized the procurement of a portion of the WISE System as defined in Section 2.3 of this RFP on a DB basis.

1.5 DB Project Funding The Authority is responsible for providing potable water to its Participants, each of which are responsible for meeting their funding agreements with the Authority and each of which has the ability to issue debt and fund improvements through water rates. The Authority will be responsible for administering payments to the Design/Builder from an established account for that purpose.

1.6 Definitions Capitalized words used in this RFP and throughout the DB Contract Documents are defined or referenced in the General Conditions and Supplementary Conditions. Capitalized words used only in this Volume 1 of the RFP are summarized below.

The following terms when used in this Volume 1 of the RFP shall have the following meaning:

“Alternate Proposal” means that portion of the Proposal detailing the Proposer’s plan to permit, design, construct, acceptance test, and provide warranties for the Project assuming a different configuration, layout or solution than provided in Exhibit A where allowable.

“Authority” or “WISE Authority” means the South Metro WISE Authority, which is a special district in the state of Colorado comprised of ten (10) participating water supply entities.

“Base Proposal” means that portion of the Proposal detailing the Proposer’s plan to permit, design, construct, acceptance test, and provide warranties for the Project configuration, layouts and solutions as outlined in Exhibit A.

“Core Infrastructure” means the DB Project components that must be in place for all Participants, Denver Water and ECCV to access their share of water yielded from the WISE DB Project, which are the subject of this procurement.

“Design/Build” or “DB” means a project delivery system where the Owner contracts with a single entity (Design/Builder) for the performance of the project services.

Volume 1: Page 4 of 88

South Metro WISE Authority

WISE Design/Build Project RFP – Volume 1 5 October 31, 2014

“Local Infrastructure” means facilities required to deliver water from the Core infrastructure to respective Participants’ service areas or storage facilities.

“Participant(s) or WISE Participants” means the group of water providers in the Denver Metropolitan area that entered into the WISE Partnership Agreement, as listed in Section 1.3.3 of this RFP, which have agreed and contracted to implement the WISE System. Both Denver Water and ECCV have agreed to contract for WISE deliveries but are not contractually included in the WISE Partnership Agreement as participants.

“Proposed Fixed Design/Build Price” means the Design/Builder’s proposed compensation for all costs of designing, constructing, obtaining governmental approvals for, and testing the DB Project.

“Proposer” means an entity short-listed to receive this RFP, then submitting a Proposal in response to this RFP.

“WISE Partnership” means the WISE Authority (including all WISE Participants) plus Denver Water and Aurora Water.

“WISE System” means the combination of existing water supply facilities, new Core Infrastructure, new Local Infrastructure, associated agreements and operations that together comprise the WISE water supply.

1.7 Acronyms Throughout this RFP, the following acronyms are used:

AW Aurora Water

BV Black & Veatch

BC Brown and Caldwell

CO Colorado

CDPHE Colorado Department of Public Health and Environment

CWCB Colorado Water Conservation Board

DB Design/Build

DBB Design-Bid-Build

DW Denver Water

ECCV East Cherry Creek Valley Water and Sanitation District

FM/FCV Flow Meter / Flow Control Valve

NTP Notice to Proceed

MG Million Gallons

MGD Million Gallons per Day

PWP Aurora Water’s Prairie Waters Project

RFP Request for Proposals

RFQ Request for Qualifications

SLB State Land Board

SCADA Supervisory Control and Data Acquisition

Volume 1: Page 5 of 88

South Metro WISE Authority

WISE Design/Build Project RFP – Volume 1 6 October 31, 2014

SOQ Statement of Qualifications

WDA WISE Water Delivery Agreement

WISE Water Infrastructure and Supply Efficiency

Volume 1: Page 6 of 88

South Metro WISE Authority

WISE Design/Build Project RFP – Volume 1 7 October 31, 2014

2.0 DB WORK

2.1 General The WISE System is a regional water supply intended to: 1) deliver surplus renewable water supplies from Denver Water and Aurora Water to South Metro water providers; 2) provide Denver Water with another means to access its water supplies; 3) utilize Aurora Water’s investment in Aurora Water’s Prairie Waters Project (PWP) to deliver and treat the water supplies; and 4) deliver Willows Well water to ECCV and its customers that include ACCWA and HEB.

The Work of this DB procurement is implementation of the first phase of Core Infrastructure and a portion of Local Infrastructure, which will put in place and enable operation of the infrastructure needed to access supplies from Aurora Water’s potable water system and make those supplies available to Participants at prescribed locations.

2.2 DB Project Goals and Objectives The Authority’s primary objectives for DB Project include: Schedule: The Authority seeks to receive a substantially complete DB Project by June 1, 2016,

or sooner. This schedule is driven by the Authority’s responsibility to deliver water to its Participants’ connection points.

Single-Point Responsibility: The Authority desires to contract with one entity that has the singular responsibility for delivering each of the DB Project components and demonstrating that the DB Project meets all technical and performance requirements.

Quality: High-quality facilities that incorporate sound engineering design, high-quality materials and equipment, and good workmanship are very important to the Authority. The Authority’s concept of quality also encompasses reliability, ease, and cost of operation and maintenance, and efficiency with an emphasis on reducing life-cycle costs.

Value: The Authority expects that the DB process will deliver completed, functional, and reliable facilities at best value meeting Authority budget expectations, and shorter schedule than would be possible under a typical Design-Bid-Build (DBB) process for a project of comparable scope and quality.

2.3 DB Project Elements and Scope of Services 2.3.1 DB Project Facilities

The DB Project will include the following Core Infrastructure facilities as fully described in Exhibit A of the DB Agreement: Groundwater Treatment and Disinfection Facility located at the Quebec Pump Station site,

consisting of chloramine disinfection along with iron and manganese removal systems for Willows Wells water supplies.

Server Room for SCADA system to be located at the Parker Water and Sanitation District’s Northern Reclamation Facility and used to remotely control and operate all WISE system facilities. The Server Room shall have the capability to be relocated in the future.

Pressure Sustaining / Pressure Reducing Valve located at the intersection of the SLB Line and the Western Pipeline (near the intersection of Arapahoe Road and Highway E-470).

Pressure Monitoring Station located at the intersection of Ireland Way and Highway E-470.

Volume 1: Page 7 of 88

South Metro WISE Authority

WISE Design/Build Project RFP – Volume 1 8 October 31, 2014

New Smoky Hill Storage Tank

Quebec Pump Station Bypass including all valves and appurtenances. Temporary Connection to Aurora Water’s system off of the SLB Line including a buried vault with

a flow meter / flow control valve (FM/FCV).

The DB Project also includes the following Local Infrastructure facilities:

Rangeview Facilities off of the SLB Line

Cottonwood Facilities off of the Western Pipeline including a buried vault with a FM/FCV and downstream pipeline (approximately 100 feet)

Inverness Facilities off of the Western Pipeline including a buried tee and vault with a FM/FCV and downstream pipeline (approximately 1800 feet)

Meridian Connection Facilities off of the Western Pipeline, including a buried vault with FM/FCV.

Centennial Facilities (located near the Quebec Pump Station site) off of the Western Pipeline including a tee and building with a FM/FCV and booster pumps and downstream pipeline (approximately 200 feet).

Stonegate Facilities off of the Western Pipeline including a tee and vault with a FM/FCV.

The locations of these facilities are shown in Exhibit A of the DB Agreement.

2.3.2 Design/Builder Work and Responsibilities

The selected Design/Builder will be responsible for obtaining certain permits, completing the design, constructing the facilities listed in Section 2.3.1, commissioning and acceptance testing those facilities. The Design/Builder will also be required to provide support for the Authority’s public relations and outreach program by providing requested information and status reporting materials as may be necessary. The Authority will maintain responsibility for conduct of any public relations or outreach activities. Design/Builder is also responsible for providing staff training and O&M Manuals related to the operation and maintenance of constructed facilities.

The Authority has developed preliminary design criteria and performance requirements for DB Project components and certain site information which is included in Exhibit A of the DB Agreement. The Authority will obtain required Site Plan Approval for the new Smoky Hill Storage Tank site as described further in Section 2.4.3 of Volume 1 of this RFP. Design/Builder will be responsible for any additional required construction permits for the Smoky Hill Storage Tank.

The Design/Builder’s responsibilities and a complete definition of the Work, as well as the Authority’s desired risk allocation, are set forth in more detail in the Draft Contract Documents in Volumes 2 and 3 of this RFP.

2.4 Available Information 2.4.1 Preliminary Technical Work and Other Design Requirements

The Authority contracted with Black & Veatch (BV) to prepare design criteria and performance requirements (as applicable) for each of the DB Project components. A series of Basis of Design Technical Memoranda describing the conceptual designs, available site information, technical specifications, and setting forth, as applicable, design criteria and performance requirements for the individual DB Project components are included in Exhibit A of the DB Agreement found in Volumes 2

Volume 1: Page 8 of 88

South Metro WISE Authority

WISE Design/Build Project RFP – Volume 1 9 October 31, 2014

and 3 of this RFP. The performance-based requirements are primarily related to the groundwater treatment and disinfection facility.

2.4.2 Geotechnical Information

The Authority is developing site-specific geotechnical information for the Smoky Hill Tank site. The information includes borings and lab testing results in the form of a Geotechnical Investigations Report prepared by Shannon and Wilson to be included in Exhibit A of the DB Agreement. The final Geotechnical Investigations Report is anticipated to be available by the week of December 1, 2014.

Limited geotechnical information is available for certain other portions of the Project and is available to short-listed Proposers.

Proposers shall base their proposed Fixed Design-Build Price on information included in the Geotechnical Investigations Report referenced above for the Tank site and on all other data made available by the Authority from applicable past geotechnical investigations and reports.

Proposers shall also provide detailed descriptions of the information and assumptions used to price their dewatering and foundation work as well as a description of the follow-up geotechnical investigations and analyses that they would conduct to confirm these assumptions if they were to be selected for contract negotiations.

The Selected Proposer will be allowed to conduct such investigations and analyses during contract negotiations. Prior to contract execution, the Authority will negotiate equitable adjustments to the Selected Proposer's proposed Fixed Design-Build Price based on the findings of such investigations and analyses provided they can be shown to materially differ from the assumptions stated in the Selected Proposer's Proposal.

The Authority has included this arrangement to help Proposers base their Fixed Design-Build Price on a baseline of information, knowing that there is a process in place to allow equitable price adjustments, if warranted, following selection and prior to contract execution as specifically described above. Following execution of the Design-Build Contract, the Design-Builder will be responsible for all geotechnical conditions and changes from assumed conditions.

2.4.3 Permitting and Approvals

The selected Design/Builder will be responsible for obtaining permits and approvals (except as otherwise stated in the Draft Contract Documents (Section 6.08 of the Supplementary Conditions) and in this RFP) required to construct the DB Project and to bring the facilities on-line, including approvals from the Colorado Department of Public Health and Environment (CDPHE) for potable water supply.

The Authority determined that a Site Plan Approval is required for the Smoky Hill Tank site. Due to schedule requirements and to provide greater certainty to Proposers regarding the type of work/mitigation that will be required at that site, the Authority has assumed responsibility for obtaining the Site Plan Approval (Step 1 in Aurora’s Site Plan Approval). Copies of the Site Plan Approval will be provided as part of the Draft DB Contract Documents once finalized. It is currently anticipated that the final Site Plan Approval for the Smoky Hill Tank site will be received by the Authority on or about November 19, 2014. Once obtained, the Authority will release an Addendum to this RFP for inclusion of the Site Plan Approval and related requirements into the Draft DB Contract Documents in Volumes 2 and 3 of the RFP. Proposers should note that the Design/Builder will still be required to obtain all other construction-related permits and approvals (including but not limited to: E-470 construction permit, City of Aurora construction permit (Step 2 of Site Plan Approval), building permits, etc.) at this site.

Volume 1: Page 9 of 88

South Metro WISE Authority

WISE Design/Build Project RFP – Volume 1 10 October 31, 2014

2.4.4 Other Available Information and Reference Documents

The Authority has available a variety of reference documents concerning the DB Project that are available to short-listed Proposers. A listing of these documents/files is included in Attachment 2 to the RFP. The Authority will coordinate with Proposers to provide access and login information for access to view and download available information documents and files. The Authority neither makes any representation or warranty with respect to, nor assumes any responsibility for the appropriateness, completeness or the accuracy of the background documents.

Unless otherwise stated, Proposers shall assume that they are solely responsible for conducting their own independent research and due diligence for the preparation of Proposals and the subsequent delivery of services under the DB Contract. Except as may be specifically provided in the DB Contract, no information derived from any part of the background documents, the RFQ, the RFP or from the Authority or any of its agents, employees, contractors, advisors or consultants, will relieve the Design/Builder from any risk or from fulfilling all terms of the DB Contract.

2.4.5 Verification of Existing Information

Proposers should review the DB Agreement, General Conditions, and Supplementary Conditions with respect to site suitability risk and verification of existing information (including but not limited to geotechnical conditions, condition of existing connections, locations of nearby utilities, and site access).

During Proposal preparation, the Authority will conduct a pre-proposal site visit to allow Proposers access to the sites for the DB Project components and to address questions about existing information or conditions subject to the limitations in Section 4.4 of this RFP.

2.5 Design/Build Contract The Design/Builder will enter into a DB Contract with the Authority for the DB Project. The Authority provided a draft of the DB Contract to short-listed Proposers for review and comment after short-listing; comments have been incorporated as deemed appropriate by the Authority. The Draft DB Contract reflects the Authority’s preferred risk allocation.

2.6 DB Project Schedule The Authority currently anticipates the following key dates for development of the DB Project: Notice to Proceed March 1, 2015

Substantial Completion June 1, 2016

Final Completion Within 90 days of Substantial Completion, except no later than December 31, 2016

Substantial Completion and Final Completion requirements are defined in the DB Contract Documents.

2.7 Pricing for Base and Alternate Proposals Proposers are required to submit a Base Proposal in accordance with the requirements of Section 4 of this RFP. Proposers have the option to also submit an Alternate Proposal as described in Section 4 which will provide detail and definition of alternative approaches to achieve what proposer believes is an innovation or a better value solution to achieve the Authority’s objectives for the project.

Volume 1: Page 10 of 88

South Metro WISE Authority

WISE Design/Build Project RFP – Volume 1 11 October 31, 2014

Proposers are required to submit a Proposed Fixed Design/Build Price for their Base Proposal and for their Alternate Proposal (if proposed). The negotiated Fixed Design/Build Price will constitute the DB Contract Price in the DB Agreement.

Proposers are also required to submit with their technical proposals, the estimated annual operations and maintenance costs for project components.

Volume 1: Page 11 of 88

South Metro WISE Authority

WISE Design/Build Project RFP – Volume 1 12 October 31, 2014

3.0 PROCUREMENT APPROACH AND SCHEDULE

3.1 Overall Proposal Phase Procurement Process and Schedule During this second phase (Phase II) of the Authority’s procurement process, initiated by issuance of this RFP, the Authority will review Proposals from short-listed Proposers and select for negotiations the Proposer that represents the best value to the Authority considering the proposal evaluation criteria and weightings. Should the Authority fail to successfully negotiate a DB Contract with the selected (highest ranking) Proposer, the Authority may proceed to negotiate with the next highest ranking Proposer. The Authority will notify all short-listed Proposers of the selection decision.

The Authority has established a five member Selection Committee comprised of Authority staff, members and stakeholders. The Selection Committee is responsible for reviewing Proposals, for evaluating them relative to the Authority’s established criteria and weightings, and for recommending a selected Design/Builder to the Authority Board. DB Contract execution will require approval of the Authority Board.

The Authority, at its sole discretion, may also choose to interview one or more Proposers submitting Proposals. The Authority also reserves the right to request clarifications from Proposers, and to request best and final offers from finalists. Specifically, the Authority may request best and final offers in the event it determines, upon review of Proposals, that additional clarification of the required Work is needed and that such clarification could affect Proposal pricing. In that event the Authority would issue an addendum requesting such best and final offers. The Authority also reserves the right to check references throughout the procurement process to verify experience and qualifications (including verification of quality on past projects) through phone interviews and, possibly, site visits to reference facilities. The Authority retains the right to interview and / or visit facilities that have not been listed as references but where Proposer team members, including specific individuals, have worked.

The overall Phase II procurement process and schedule is included in the following table:

Table 1: Phase II Procurement Process Schedule

Item Anticipated Date

RFP Issued to Short-listed Proposers October 31, 2014

Proposal Submittals Due to Authority December 23, 2014

Proposal Evaluation / Optional Interviews January 2015

Selection of Design/Builder January 2015

DB Project Notice to Proceed March 2015

The Authority reserves its right to modify the above schedule, to cancel the procurement process, and to reject any or all Proposals.

The Authority has retained Brown and Caldwell as Owner’s Advisor (OA) for the procurement of DB Project’s Design/Builder. Brown and Caldwell’s role is to assist with the competitive procurement process including development of procurement documents, provide advice to Authority during selection of the Design/Builder, and during DB Contract negotiations. In addition, the Authority has retained Black & Veatch as Engineering Consultant to develop the Basis of Design Memoranda included in the Exhibit A in the DB Contract Documents. The Authority anticipates BV and BC

Volume 1: Page 12 of 88

South Metro WISE Authority

WISE Design/Build Project RFP – Volume 1 13 October 31, 2014

continuing to support the Authority during the DB Project delivery and may include other resources to support the Authority as required.

3.2 Proposal Evaluation Criteria and Weightings In evaluating Proposals, the Authority will consider the information submitted in response to the RFQ and the RFP with respect to the evaluation criteria set forth in Table 2 in order to determine the Proposal that provides the best value to the Authority.

Proposals will be evaluated based on the completeness and quality of the content and on the Proposer’s demonstrated ability to meet the requirements of this RFP (including the attached DB Contract Documents). All Proposals will be reviewed and evaluated by the Selection Committee, then scored and ranked relative to each other against the criteria and weightings outlined in Table 2. The Selection Committee reserves the right to determine whether a Base Proposal or an Alternate Proposal (if proposed) provides the best overall value to the Authority.

Table 2: Proposal Evaluation Criteria

Criteria Weight

1. Technical and Managerial Proposal • Overall technical approach and design concept including:

o Treatment process (including plan for expansion to 8 mgd) and pilot testing plan

o Connections to existing systems and hydraulic and transient surge modeling

o SCADA, electrical, mechanical, and instrumentation /control design

o Tank design and demonstrated ability to meet Site Plan Approval requirements

o Technical enhancements to the minimum requirements in the RFP, or other enhancements

• Compliance with performance requirements and design criteria set forth in Exhibit A of the DB Agreement

• Technical feasibility and reliability related to: o Ability of design to meet codes and standards o Ability to meet performance requirements o Ability of design to function under current and future

conditions o Integration of Core and Local Infrastructure to meet all

Participant requirements • Quality, durability, and ease of operation and maintenance • Approach to working in sensitive neighborhoods, including

coordination with the Authority regarding public outreach • Suggested changes (if any) to the design criteria presented in

Exhibit A

35%

2. Delivery Schedule • Ability to meet stated schedule requirements as evidenced by

proposed schedule and schedule management approach • Proposed construction sequencing strategy

15%

Volume 1: Page 13 of 88

South Metro WISE Authority

WISE Design/Build Project RFP – Volume 1 14 October 31, 2014

Criteria Weight

• Proposed approach to operating multiple construction sites • Proposed approach to timing of existing facilities shutdowns,

disinfection, startup

3. Business Proposal • Proposed Fixed Design/Build Price • Proposed Operation and Maintenance Costs1 • Present Value Life Cycle Cost2 • Overall financial capacity

35%

4. Qualifications and Experience of Contracting Party, Key Subcontractors, and Key Personnel (as provided in SOQ and supplemented in the Proposal)

• Ability of proposed key professional personnel • Ability of key construction personnel • Past performance of team members including engineer and

construction team members • Experience of team members (firms and individuals) working

together on similar projects • Specialized experience and technical competence • Demonstrated capability to perform as evidenced by successful

experience on similar projects and on projects involving work at multiple construction sites

• Change order / claims history on previous projects • Accident prevention program

15%

1 The Authority will at its sole discretion evaluate the impacts and cost-effectiveness of each Proposal’s proposed costs on the Authority’s capital and anticipated annual operation and maintenance costs.

2 Present Value life cycle costs will be calculated by the Authority considering Proposed Fixed Design/Build Price and anticipated annual operation and maintenance costs for project components provided by Proposer. Life-cycle costs will be calculated using a real discount rate of 3.0%. The Authority reserves the right to verify and modify all estimated operation and maintenance costs submitted by Proposers and to evaluate the sensitivity of present value life cycle cost estimates to varying assumptions. Proposers are not required to provide a life cycle cost analysis in their Proposals.

In addition, Proposers shall demonstrate via consent of surety that they can provide a Payment and Performance Bond in the amount of their Proposed Fixed Design/Build Price in accordance with Article 5 of the General Conditions; no Proposal will be considered that does not meet this requirement.

Volume 1: Page 14 of 88

South Metro WISE Authority

WISE Design/Build Project RFP – Volume 1 15 October 31, 2014

3.3 Communications Protocol / DB Project Inquiries All inquiries concerning this DB Project and procurement process shall be addressed in writing to:

Rick Marsicek, P.E.

Director of Engineering

South Metro Water Supply Authority

8400 East Prentice Ave, Suite 1500

Greenwood Village, CO 80111

[email protected]

Unauthorized contact regarding this RFP or the overall procurement process with other Authority employees, Authority’s design consultants (BV) or Owner’s Advisor (BC), employees of Denver Water, Aurora Water, ECCV, WISE Participants, employees of WISE Participants, the Selection Committee members, any appointed or elected officials associated with any of these entities may result in disqualification.

The Authority will provide binding answers to inquiries only via addenda, which will be distributed via email, or other means as Authority may select. Proposers may rely only on written addenda issued by the Authority. Oral responses to questions will be for informational purposes only, and any oral communications will be considered unofficial and non-binding on the Authority.

In the event it becomes necessary to revise any part of this RFP, changes to the RFP will only be made through formal written addenda published on the Authority’s website. Only changes identified and addressed by formal written addenda shall be binding on the Authority. If addenda are issued, the time and date set for submittal of Proposals may be changed by the Authority to enable Proposers to take into account the addenda in preparing their submissions.

3.4 Other Procurement Requirements and Limitations All requirements of this section apply to the entire procurement process unless otherwise expressly indicated.

3.4.1 Work for Hire

Regardless of whether the Authority awards a DB Contract, the SOQs and Proposals submitted pursuant to the previous RFQ, and to this RFP, including the data, information, concepts, and ideas contained therein, shall be “works made for hire,” and the Authority shall have the right to use the SOQs and Proposals for the “public purposes” of the Authority in any manner or combination it so elects, without notice to or the consent of the Proposer(s).

Such “public purposes” do not include the publication, distribution, or sale of such SOQs or Proposals to third parties not employed by or under contract to the Authority, except in connection with Requests for Proposals to perform construction work or design, or consulting services on behalf of the Authority. Notwithstanding the foregoing, the Authority agrees that any use of such SOQ or Proposal by the Authority without the Proposer’s verification or adaptation for the specific purpose intended shall be at the sole risk of the Authority.

Volume 1: Page 15 of 88

South Metro WISE Authority

WISE Design/Build Project RFP – Volume 1 16 October 31, 2014

3.4.2 Proposers Responsible for SOQ and Proposal Costs

The Authority is not liable for any costs incurred by any Proposer associated with the preparation of an SOQ or Proposal or the negotiation of a DB Contract for services prior to the issuing of the DB Contract.

Proposers may be asked to present their SOQs and / or Proposals and / or to demonstrate their ability to provide products or services to the Authority’s representatives. The Proposer shall bear all costs for such presentations.

3.4.3 Authority Rights

The Authority reserves, holds without limitation, and may exercise or choose not to exercise without precedent or waiver, at its sole discretion, the following rights and conditions with regard to the overall procurement process. By responding to this RFP, Proposers acknowledge and consent to the following Authority rights and conditions:

To terminate the procurement process or decide not to award an agreement as a result thereof by written notice to the Proposers for any reason or for no reason whatsoever at any time during the procurement process prior to executing an agreement.

To waive any defect, technicality, or any other minor informality or irregularity in any SOQ or Proposal, or any other response from Proposers.

To make major changes or alterations to the procurement schedule for any events associated with this procurement process upon notice to Proposers. Minor modifications may be made without notice to Proposers.

To eliminate any Proposer that submits an incomplete or inadequate response, or is not responsive to the requirements of this RFP, or is otherwise deemed to be unqualified or disqualified during any stage of the procurement process in the sole and absolute discretion of the Authority.

To conduct clarification discussions, at any time, with one or more Proposer, with the understanding that any such discussions will remain confidential with respect to other Proposers to the extent allowed by applicable law.

To amend the DB Contract scope of services, at any time, to omit services therein or to include services not currently contemplated therein.

Without prior notice, to supplement, amend, or otherwise modify this RFP, or otherwise request additional information.

In the event the Authority receives questions concerning this RFP prior to the Proposal submittal deadline as applicable, the Authority reserves the right to provide such questions, and the Authority’s responses, if any, to all Proposers.

Neither the Authority, its Board, staff, agents, employees, representatives, nor consultants will be liable to Proposers or any other party for any claims or damages resulting from any aspect of this procurement process.

To visit and examine any of the facilities referenced in the SOQs and / or Proposals and to observe and investigate the operations of such facilities, as well as other facilities not referenced in the SOQs and / or Proposals.

To conduct investigations with respect to the qualifications and experience of each Proposer and to request additional evidence to support any such information.

Volume 1: Page 16 of 88

South Metro WISE Authority

WISE Design/Build Project RFP – Volume 1 17 October 31, 2014

To take any action affecting the RFP process or the DB Project that is determined to be in the Authority’s best interests.

To request written clarifications information, and/or revised SOQs or Proposals from one or more Proposers. To conduct in-person or telephone discussions on SOQs and /or Proposals with Proposers, and solicit updated SOQs and / or Proposers during the procurement process.

3.4.4 Protests

This Section 3.4.4 governs all protests. The protest of any specification, term, requirement, condition, or any other item or process in connection with the RFQ, the short-listing decision, the RFP, or selection of the Design/Builder must be filed no later than seven working days after a Proposer becomes, or should have become, aware of a grievance. The Authority will render a written decision in response to the protest within seven working days of receiving the protest. If the protest decision results in a change to the RFQ or RFP, an addendum will be issued identifying the modified RFQ or RFP provisions.

3.4.5 Proposals and Public Disclosure

3.4.5.1 Proposals are Public Records

All materials (including, for example, SOQs and Proposals) submitted under the RFQ or this RFP shall be considered public records and with limited exceptions will be available for inspection and copying by the public. Except to the extent protected by state and or federal laws, Proposals shall be considered public documents and available for review and copying by the public.

3.4.5.2 Public Records Exemption

Trade secrets or other proprietary information submitted by a Proposer in connection with the RFQ or with this RFP may not be subject to public disclosure if the Proposer specifically states in writing the reasons why protection from disclosure is necessary, and identifies the data or materials to be protected. Proposers shall specifically designate and clearly label as “CONFIDENTIAL” any and all such materials or portions thereof that they deem to contain trade secrets or other proprietary information. Marking the entire SOQ or Proposal as CONFIDENTIAL will neither be accepted nor honored by the Authority. The Proposer shall provide the legal basis for the exemption to the Authority upon request. Proposers are advised that this exemption is subject to judicial review and the Proposers designation of confidential may or may not be upheld by a Court. Any dispute, litigation or other action brought against the Authority in regard to this section shall be defended by the Authority at the sole expense of the Proposer.

3.4.5.3 Proposals Not Marked as Confidential

If an SOQ or Proposal or other material does not clearly identify the “CONFIDENTIAL” portions, the Authority will not notify the Proposer that its Proposal will be made available for inspection and copying, and the Authority may publically disclose such non-clearly identified portion with no liability whatsoever to the Proposer.

3.4.5.4 Process for Disclosing Information

If a request is made for disclosure of material or any portion marked “CONFIDENTIAL,” the Authority will determine whether the material should be made available under the law. If the Authority determines that the material is subject to disclosure, the Authority will seek to notify the Proposer of the request and allow the Proposer ten (10) business days after such notification to take appropriate legal action in the District Court of the County of Douglas, Colorado, at the Proposer’s sole expense

Volume 1: Page 17 of 88

South Metro WISE Authority

WISE Design/Build Project RFP – Volume 1 18 October 31, 2014

and liability. If the Proposer does not within such ten (10) business days serve the Authority’s legal counsel with a copy of an order entered by the Court that expressly prohibits the Authority from disclosure of the material marked “CONFIDENTIAL,” then the Proposer will be deemed to have consented to the public disclosure of the material marked “CONFIDENTIAL” and the Authority may publically disclose such material without any liability whatsoever to Proposer. The Authority’s legal counsel must be served at this address:

Russell W. Dykstra

Attorney at Law

Spencer Fane Britt & Brown LLP

1700 Lincoln Street, Suite 2000

Denver, CO 80203-4554

3.4.5.5 Indemnification by Proposer

To the extent that the Authority withholds from disclosure all or any portion of Proposer’s material marked “CONFIDENTIAL”, the Proposer, by submitting an SOQ or Proposal in response to the RFQ or this RFP agrees to indemnify, defend and hold harmless the Authority from all lawsuits, liabilities, losses, damages, penalties, attorneys’ fees and costs the Authority incurs arising from or relating to such withholding from disclosure.

3.4.5.6 Consent to Procedure

Proposers, by submission of materials marked “CONFIDENTIAL”, acknowledge and agree that the Authority will have no obligation to advocate for nondisclosure in any forum and has no liability whatsoever to any Proposer for the disclosure of any material or record of any kind when that disclosure is in accordance with applicable law or in accordance with an order applying applicable law entered by the District Court of the County of Douglas, Colorado, or a Colorado appellate court. By submitting an SOQ or Proposal, the Proposer consents to the procedure outlined in this Section 3.4 as its sole remedy and waives and releases all claims against the Authority arising from the Authority’s actions taken in accordance with this procedure.

3.4.6 Non-Endorsement

Selection of a short-listed Proposer to submit Proposals or selection of a Proposer to provide services to the Authority shall not constitute endorsement by the Authority.

3.4.7 Venue

In submitting an SOQ or Proposal, the Proposer agrees that in the event of any litigation arising from or relating to the RFQ or this RFP, SOQs and Proposals in response to the RFQ or this RFP, or any related process, the exclusive venue of such litigation will be the District Court of the County of Douglas, Colorado, and the applicable law is the law of the State of Colorado.

3.4.8 Authority Right to Confirm Proposer’s Financial Status and Capacity to Perform the Work

At any time prior to execution of the DB Contract with the selected Proposer, the Authority may perform a review of the Proposer's financial status and capacity to perform the work. The Proposer shall comply with requests for information that are deemed necessary by the Authority to perform a reasonable review of the Proposer's financial status, including without limitation the ability of the

Volume 1: Page 18 of 88

South Metro WISE Authority

WISE Design/Build Project RFP – Volume 1 19 October 31, 2014

Proposer to provide payment and performance bonds for this DB Project, each in the amount of 100% of the Proposed Fixed Design/Build Price.

The Authority reserves the right to reject any Proposer before or after award in the event that the Authority’s analysis of the Proposer’s financial status and capacity indicates, in the Authority’s judgment, that the Proposer is not able to successfully perform the work.

Volume 1: Page 19 of 88

South Metro WISE Authority

WISE Design/Build Project RFP – Volume 1 20 October 31, 2014

4.0 PROPOSAL SUBMITTAL REQUIREMENTS

4.1 Questions from Proposers and Addenda from the Authority Questions regarding the RFP / Proposals must be received no later than 3:00 p.m. Mountain Time, December 23, 2014. The last day for the Authority to issue addenda to the RFP is December 12, 2014.

4.2 Required Date, Time, and Location of Submittals Proposals in a sealed envelope or package shall be delivered to the following address:

Rick Marsicek, P.E.

Director of Engineering

South Metro Water Supply Authority

8400 East Prentice Ave, Suite 1500

Greenwood Village, CO 80111

Proposals shall be clearly marked as follows:

Proposal

Submitted in Response

South Metro WISE Authority RFP # 2014-100

WISE DB Project

Proposals must be received by December 23, 2014 at the above address no later than 3:00 p.m. Mountain Time, according to the clock of the Authority. The only acceptable evidence to establish the time of receipt of a Proposal is the time / date stamped on the Proposal envelope or package by the Authority. Proposals will not be opened publicly.

The Authority reserves the right not to consider any Proposal that is received after the deadline. The Authority reserves the right to not grant any exception for delays in delivery of Proposals due to handling by the U.S. Postal Service, or any other type of delivery service.

Proposers must submit one (1) hard copy original, ten (10) hard copy copies and one (1) electronic copy on CD or USB flash drive. The electronic copy must be in Adobe Acrobat PDF file format. No oral, FAX, e-mail, telegraphic or telephonic Proposals will be considered.

4.3 Pre-Proposal Meetings The Authority will schedule one meeting with each Proposer during the weeks of November 10 or 17, 2014 to answer questions prior to submission of its Proposal. After the meeting, the Authority will distribute to proposers a list of questions asked along with answers given.

4.4 Site Visits to Verify Existing Conditions The Authority will allow Proposers to conduct a site visit to the existing project facilities and to the Smoky Hill Tank site to perform site reconnaissance and to verify existing conditions as follows.

For the purpose of field verifying existing site conditions at DB Project work locations, the Authority will allow Proposers access to the locations during a pre-proposal site visit anticipated to be

Volume 1: Page 20 of 88

South Metro WISE Authority

WISE Design/Build Project RFP – Volume 1 21 October 31, 2014

completed during the Pre-Proposal Meetings outlined as described in Section 4.3. During that time, the Authority will arrange for Proposers to access existing DB Project locations and will make Authority staff available for questions. Proposal teams will be provided access during an individual pre-proposal site visit to DB Project locations in order to verify existing information provided to the extent it is practical to do so. Access to existing buried infrastructure can not be provided due to ongoing operations. (See Attachment 2 of Volume 1 of the RFP for a description of available information and the extent that Proposers can rely on that information in developing their Proposals).

Any questions asked during site visits shall be answered by the Authority via addendum.

Many areas of the Project locations are within existing public rights-of-way. If Proposers desire to visit Project locations that are within public lands on their own, the Authority requests that the Proposer notify the Authority 48 hours prior to the planned visit. Authority will notify Participants of Proposers intent to visit the publicly accessible Project locations as it deems appropriate. Proposers are precluded from contacting Participants regarding their intent to make a site visit to Project locations in accordance with Section 3.3 of this RFP.

4.5 Proposal Organization and Content Proposers should rely on the Design/Build Contract Documents (Volumes 2 and 3 of the RFP) for a full understanding of the Work. Proposals must include a detailed explanation, in graphic and written form, that clearly provides the Proposer’s approach for fulfilling the required Work, including the management and financial aspects of the Proposer’s plan to meet the requirements of the DB Project and this RFP.

Proposers should note that the contents of the Proposal are not intended to necessarily address every contract standard in the DB Contract Documents. However, all information submitted as part of the Proposal shall meet all relevant requirements of the DB Contract Documents. The proposal contents outlined below have been identified as the most critical information needed for the Selection Committee to evaluate Proposals and determine which Proposal is most advantageous to the Authority.

Qualifications of teams that submit Proposals will be considered as part of the Proposal evaluation. Accordingly, teams are also requested to provide certain information supplementing the qualifications information provided in their SOQs.

Proposals shall be concise and no more than 100 pages in length total, excluding additional qualifications and updated financial information. Excessive, duplicative or general firm marketing materials not specific to the DB Project Proposal Requirements outlined herein will not be favorably received.

Each page shall be 8-1/2 x 11 inches (letter size) with no less than 11 point font type size. Proposers may use 11 x 17 inch sheets as needed to present their proposed project approach and details, however each 11 x 17 inch sheet shall count as two pages against the total page count. The proposal shall be organized and tabbed into the following sections:

Transmittal Letter and Attachments

Tab 1 Technical and Management Proposal

Tab 2 Schedule

Tab 3 Business / Price Proposal

Volume 1: Page 21 of 88

South Metro WISE Authority

WISE Design/Build Project RFP – Volume 1 22 October 31, 2014

Tab 4 Updated Experience and Qualifications Information

Tab 5 Proposal Forms

Proposers may cross-reference other sections, including the Proposal Forms, throughout the Proposal to reduce the repetition of identical information within several sections of the Proposal; it is not necessary to repeat information provided in the forms within the text of the Proposal.

The Supplementary Conditions anticipate that additional information (either as a Proposal Form or as part of the Proposal content) will be incorporated based on the selected Proposal. To facilitate this, the selected Proposer shall provide requested information in MS WORD format following negotiations so that it can be easily incorporated into the Supplementary Conditions in order to finalize the Design/Build Contract.

The following outlines the specific sections and organization to be followed in the Proposal:

Transmittal Letter and Attachments Proposers shall complete and sign the required transmittal letter included as Form 1 in Attachment 3 to this RFP.

Table of Contents Tab 1 Technical / Management Proposal The Technical / Management Proposal shall present the technical and project management aspects of the Proposer’s plan to design and build and provide all related management and technical services for the DB Project. The Technical/ Management Proposal shall be in sufficient detail to allow the Authority to evaluate the Proposer’s ability to complete the scope of design and construction work as well as commissioning and testing the facilities, to comply with the performance requirements and design criteria, and to manage other aspects of the DB Project set forth in the Supplementary Conditions.

Proposal Section 1.1 – Overall Concept

This section of the Technical/Management Proposal shall describe the Proposer’s approach to the Work by describing key aspects of their Proposal. This section should reflect the Proposer’s understanding of the RFP, identify the major Project participants, and briefly describe the Proposal, summarizing how the proposed services and team meet the requirements of the RFP and DB Contract Documents. This section should also reflect the Proposer’s knowledge of standard solutions applicable to project issues as well as the ability to offer innovative ideas. Proposers are encouraged to demonstrate innovation in their Proposals provided that the innovation results in clear advantage (e.g., shorter schedule, improved quality, cost savings) to the Authority.

Proposers shall address, in detail in the appropriate proposal subsections listed below, foundation conditions, approaches to seismic design if applicable, foundation design and similar issues. Proposers shall provide detailed descriptions of the information and assumptions used to price their dewatering and foundations work as well as a description of the follow-up geotechnical investigations and analyses that they would conduct to confirm these assumptions if they were to be selected for contract negotiations (see Section 2.4.2 of the RFP for additional information).

Proposal Section 1.2 – Chloramine Disinfection and Iron and Manganese Removal Treatment Facility

This section of the Technical/Management Proposal shall describe the proposed treatment system and technology in sufficient detail for the Authority to review the proposed design and evaluate its

Volume 1: Page 22 of 88

South Metro WISE Authority

WISE Design/Build Project RFP – Volume 1 23 October 31, 2014

compliance with the design criteria in Exhibit A of the Agreement. The Proposal shall describe, at a minimum, the following: Building

o Architectural, structural, mechanical and electrical designs

o Site/Civil work Treatment System

o Pressure filter system components

o Proposed proof-pilot testing protocol o Chloramine disinfection system

o Instrumentation and controls (Note that the treatment plant SCADA system must be integrated with the existing ECCV SCADA, separate from the other DB Project SCADA components)

o Start-up and Performance Compliance Testing

Yard Piping o Pipeline design from northern Willows Wells pipeline to the Treatment Building

o All other yard pipe and related components design

o Proposed approach to timing and sequence of existing facilities shutdown(s)

Proposers must provide the rationale underlying the proposed groundwater treatment process and technology. As described in the Exhibits to the DB Contract, the groundwater treatment process shall be designed initially to treat flows up to 4 mgd while meeting the performance requirements, which shall be described in the Proposal. The Proposal shall also describe all necessary provisions in the proposed design for the facility to be expanded (by Authority at some point in the future) to 8 mgd capacity while meeting performance requirements defined in the DB Contract.

Potentially acceptable treatment technologies include pyrolusite or greensand filtration. Proposers may propose either technology, or a combination of technologies. However, the Proposer will be required to demonstrate the viability of its design and selected treatment process through performance testing as further described below.

Proposers shall note that the treatment facility site is constrained and initial technical analyses by the Authority’s engineer indicate that 8 mgd capacity may not be feasible without the use of high rate filter media (e.g. pyrolusite). The Proposer shall demonstrate its specific concept of how to expand its selected treatment process from the initial 4 mgd capacity to future 8 mgd capacity on the available site in its Base Bid.

If Proposer presents a Base Bid that assumes a future building expansion in order to achieve 8 mgd of treatment capacity, then Proposer shall provide an Alternate Bid that includes pricing for a building sized to accommodate 8 mgd of treatment capacity (even if the entire building will not be used until sometime in the future).

The Proposal shall include a site layout to show that the 8 mgd building will fit the space available at the site. Proposers should note that if their proposed expansion concept includes a change in filter media, the DB Contract requires that all media (initially installed and media proposed for future capacity expansion to achieve an increase in rated capacity) must be successfully pilot-tested. Proposals shall include estimates for annual O&M costs at 4 mgd and at 8 mgd capacities for the selected media type(s) in subsection 2.2 under Tab 2 of the Proposal as described below.

Volume 1: Page 23 of 88

South Metro WISE Authority

WISE Design/Build Project RFP – Volume 1 24 October 31, 2014

Proposals shall include a preliminary proof-pilot testing protocol, including duration of the proof-pilot and description of the results that will be produced and analyzed. Other minimum requirements for this protocol are defined in the Treatment Facility Basis of Design Memorandum in Exhibit A of the DB Contract. In addition, proposer shall include the pressure filter system manufacturer(s) information in the Proposal including: list of previous installations, reference and contact number and years in operation. The pressure filter system shall be as manufactured by Tonka Equipment Company, Westech, Loprest, Hungerford and Terry, or equal. The pressure filter system manufacturer shall have prior experience in designing, manufacturing, and furnishing green sand and/or pyrolusite filter media-based iron and manganese removal systems similar to the given application. The manufacturer shall have equipment similar to that required in this document in successful operation for minimum 5 years. Proposals shall include a construction staging area and laydown area plan.

Proposers must reference relevant drawings and other graphics included in Proposal subsection 1.10.

Proposal Section 1.3 – Connections to the Western Pipeline, Pressure Sustaining Valve, Pressure Monitoring Station

This section of the Technical/Management Proposal shall describe the proposed connections to the Western Pipeline, as well as the pressure sustaining valve and the pressure monitoring station in sufficient detail for the Authority to review the proposed design and evaluate its compliance with the design criteria in Exhibit A of the Agreement. The Proposal shall describe, at a minimum, the following: Rangeview Connection

Cottonwood Connection

Inverness Connection Meridian Connection

Centennial Connection

Stonegate Connection State Land Board Line Pressure Sustaining Valve

Western Pipeline Pressure Monitoring Station

Proposal shall describe Proposer’s protocol for the hydraulic and transient surge modeling that will be required as described in Exhibit A of the Agreement.

The Authority is evaluating options for a larger diameter connection than that shown in the Basis of Design Memorandum for the Inverness Connection. As such, the Authority requests Proposers submit a Bid Alternate cost for increasing the size of the Inverness Connection from 10-inch diameter as outlined in Exhibit A of the DB Contract to a 20-inch diameter pipe. Bid Alternate should include total costs for all components for this connection to be increased to 20-inch diameter. Proposal shall describe how the proposed designs will meet the design criteria and performance requirements outlined in Exhibit A of the Agreement.

Proposals shall also describe the site/civil work that will be performed as well as the proposed structural, electrical, and instrumentation components.

Proposers must reference relevant drawings and other graphics included in Proposal subsection 1.10.

Volume 1: Page 24 of 88

South Metro WISE Authority

WISE Design/Build Project RFP – Volume 1 25 October 31, 2014

Proposal Section 1.4 – SCADA Improvements

This section of the Technical/Management Proposal shall describe the proposed SCADA improvements in sufficient detail for the Authority to review the proposed design and evaluate its compliance with the design criteria in Exhibit A of the Agreement. The Proposal shall describe, at a minimum, the following:

Operator Control and Monitoring Locations

Data Archiving and Information Sharing I&C Equipment for:

o Device Tag Numbers

o Flow Control Valves operation o Flow Meters operation

o Centennial Booster Pump control

o Pressure Sensors o Pressure Monitoring Station

o Programmable Logic Controllers

o RTU Cabinets Approach to communications between I&C equipment at all Project sites

SCADA Software

Other Hardware Proposal shall clearly identify any components of the proposed SCADA system that are proposed alternatives to the concept shown in the Basis of Design Memo of Volume 2 of the RFP and the associated preliminary drawings in Volume 3 of the RFP.

Proposal Section 1.5 – Smoky Hill Storage Tank

This section of the Technical/Management Proposal shall describe the proposed tank design for the Smoky Hill Site in sufficient detail for the Authority to review the proposed design and evaluate its compliance with the design criteria in Exhibit A of the Agreement. Proposal shall describe the type of tank as well as the tank foundation design proposed for the new Smoky Hill Storage Tank and demonstrate, through narrative, drawings, and calculations, that the proposed tank and appurtenances meet the performance requirements and design criteria outlined in Exhibit A of the Agreement. All materials used in the tank shall be described with applicable standards identified.

Proposers shall be limited to proposing AWWA Type D-110 or D115 structural tanks as described in the Basis of Design Memorandum in Exhibit A; A D115 structural tank shall be included in the Base proposal, and Proposers shall provide pricing for the D-110 structural tank as an Alternate proposal. Proposals shall also describe the associated instrumentation and electrical components for the tank design.

This subsection of the Proposal shall also specifically describe, in detail, ongoing routine and major maintenance activities that will be required for the new Smoky Hill Storage Tank. Required information for each maintenance activity shall include:

Description of maintenance event

Identify whether routine or major Frequency of occurrence

Typical duration and effort required

Volume 1: Page 25 of 88

South Metro WISE Authority

WISE Design/Build Project RFP – Volume 1 26 October 31, 2014

Estimated cost of maintenance event including listing of all assumptions and specifically addressing where work is typically contracted.

Maintenance experience from other projects with similar tanks shall be cited where appropriate.

Proposals shall include a Construction Site Plan for the work at the New Smoky Hill Storage Tank Site showing laydown and staging areas and areas otherwise required for construction, including construction parking and access. Proposals shall also include a final site plan showing how areas disturbed during construction will be returned to their original condition. Restoration of landscaping, roads, parking, and access as well as any modifications to site drainage and stormwater facilities that may be applicable to Proposer’s design shall also be shown and described in narrative form. A single drawing may be provided to illustrate both construction disturbance and restoration areas.

Proposal shall describe the proposed method for cleaning and disinfecting the tank in compliance with applicable regulations, the design criteria and the performance requirements, prior to bringing the tank on-line.

Proposal Section 1.6 – Quebec Pump Station Bypass

This section of the Technical/Management Proposal shall describe the Quebec Pump Station Bypass in sufficient detail for the Authority to review the proposed design and evaluate its compliance with the design criteria in Exhibit A of the Agreement. The Proposal shall describe, at a minimum, the following:

Proposed modifications to existing piping to accomplish bypass arrangement and performance requirements

Proposed approach to timing and sequencing of shutdowns of existing systems for connection, disinfection and testing

Operational and maintenance requirements

Proposal Section 1.7 – Aurora Water Connection

This section of the Technical/Management Proposal shall describe the Temporary Aurora Water Connection in sufficient detail for the Authority to review the proposed design and evaluate its compliance with the design criteria in Exhibit A of the Agreement. The Proposal shall describe, at a minimum, the following:

Proposed modifications to existing piping to accomplish interconnection with Aurora Water’s system to meet requirements

Proposed approach to timing and sequencing of shutdowns of existing systems for connection, disinfection and testing

Operational and maintenance requirements for Temporary Aurora Water Connection

Proposal Section 1.8 – Permits and Approvals

Proposals shall identify all permits and approvals that Proposers believe will be required for design and construction of the DB Project, and shall explicitly acknowledge their understanding that selected Design/Builder will be responsible for obtaining all permits, including any not identified in this section of the Proposal, except for those specifically identified as an Authority responsibility in Section 6.08 of the Supplementary Conditions. Proposals shall describe Proposer’s approach and schedule for obtaining each identified permit. Proposals shall identify the type of assistance, if any, Proposer will request from the Authority in coordinating or obtaining permits.

Volume 1: Page 26 of 88

South Metro WISE Authority

WISE Design/Build Project RFP – Volume 1 27 October 31, 2014

Proposal Section 1.9 – Overall Management Approach

This section shall describe Proposer’s overall approach to managing the DB Project and shall describe:

Design/Build team organization, Design/Build team communication, and communication with the Authority

Proposer’s controls for managing and tracking schedule, risk, and costs

Proposer’s detailed list and schedule of anticipated design and construction submittals for Authority review, in addition to those listed in Exhibit E of the Agreement.

Proposer’s overall quality management plan, including testing and inspections, for design and construction including quality control program and quality assurance activities

Proposer’s plan for working with the Authority’s public relations and outreach program.

Proposal Section 1.10 – Drawings and Diagrams and List of Specifications

Proposal shall include a to-scale preliminary drawing set (not larger than 11-by-17 inch sheets) that illustrates Proposer’s approach to the Work. Drawings from the selected Proposal will be incorporated into the DB Contract as Exhibit B. Drawings submitted with Proposal shall be adequate to fully explain the Proposer’s approach and to address all proposal requirements outlined herein. At a minimum, the preliminary drawing set shall include:

Overall DB Project Site Plan Treatment Plant Site:

o Site plans showing treatment facility building location and layout, overall dimensions, ancillary facilities and piping plans

o Treatment facility layout showing overall equipment arrangement and dimensions

o Electrical drawings

o Architectural plan and elevations o Landscape plan

o Grading, Drainage and Site Restoration plans

o Northern Willows Wells Pipeline plan and profile Western Pipeline Connections:

o Site plans and profiles

o Vault layouts o Electrical drawings showing temporary and permanent power supplies to each

location

SCADA Plans o P&IDs

o Control system architecture diagram(s)

o Communications diagram(s) Smoky Hill Storage Tank:

o General arrangement plan showing tank location, overall dimensions, ancillary facilities and yard piping, and site access

o Construction and Site Restoration Plan showing laydown and staging areas and areas otherwise required for construction, including construction parking and

Volume 1: Page 27 of 88

South Metro WISE Authority

WISE Design/Build Project RFP – Volume 1 28 October 31, 2014

access. Site restoration / final site configuration may be shown on the Construction drawing or on a separate drawing. Restoration of landscaping, roads, parking, and access as well as any modifications to site drainage and stormwater facilities that may be applicable to Proposer’s design shall also be shown.

Quebec Pump Station Bypass Plan o Proposed modifications to existing facilities

o Piping plan and profiles

Aurora Water Connection o Site plan and profile

o Vault layout

o Electrical drawings showing temporary and permanent power supplies Proposal shall also include a list of specifications that will be included in the design package. Proposers may add additional drawings and diagrams as necessary to fully describe their proposed approach to accomplish the work.

Proposal Section 1.11 – Equipment and System Lists

Proposers must duplicate and complete Form 6 for all major equipment and systems that are described in Section 1 of the Proposal. The forms of the selected Proposer will be used to finalize Exhibit B of the DB Contract. As a minimum, the forms must be prepared for the following:

all major treatment equipment or units

all major mechanical equipment (including all valves, flow meters, etc.) all major electrical equipment (including standby power generation, as well as switchgear

and MCCs for treatment plant)

all major instrumentation and control system components (including PLCs, HMIs for treatment plant)

all data management systems

all HVAC equipment.

Proposers must include a separate page for each piece of equipment or treatment system, followed by a separate page for each major piece of equipment used in that system. Proposers may name more than one manufacturer for each piece of equipment or treatment system.

Proposal Section 1.12 – Additional Ancillary Services

This section of the Proposal shall describe the Proposer’s approach to performing the following ancillary services as required by the Supplementary Conditions: Power supplies/equipment

Other ancillary services necessitated by Proposer’s specific design

Tab 2 Proposed Schedule Proposers shall present their approach to schedule and sequence the work in order to complete all DB Project requirements to meet the identified Substantial Completion date outlined in the DB Agreement.

Volume 1: Page 28 of 88

South Metro WISE Authority

WISE Design/Build Project RFP – Volume 1 29 October 31, 2014

Proposal Section 2.1 – Project Schedule, Construction Approach and Sequencing, and Schedule Management

This section shall include a design and construction schedule identifying Notice to Proceed, major design and construction activities, Substantial Completion, and Final Completion. The schedule shall reflect the Minimum Schedule Requirements listed in Section 2.6 of this RFP. Proposers may propose an earlier Substantial Completion date and demonstrate their ability to meet the earlier target date. The Selected Proposal’s schedule will be incorporated as Exhibit C to the Agreement.

This section shall include detailed discussions of the Proposer’s plans for sequencing construction including coordination with existing operations as described in the Contract Documents in order to meet their proposed schedule.

The schedule must include a DB Project component work breakdown and timing for sequencing and construction of the various component infrastructure facilities of the DB Project as outlined. The schedule shall be provided in a Gantt chart format in either Adobe PDF or Microsoft Project and shall be presented on 11 x 17 inch pages, in color, in an easily legible form. The proposed schedule shall include target milestone dates for start and finish of DB Project components and must clearly indicate the proposed sequencing and any identified dependencies between start and completion of the components in the DB Project.

In addition, the proposal should include a narrative explanation of the Proposer’s schedule and approach to mobilization and delivery at each of the sites and shall indicate which sites will be under construction concurrently. The schedule shall also identify the specific timing of shutdowns of existing facilities required to complete connections, disinfection, testing, etc.

The Authority is open to consideration of an optional proposed schedule that has a longer period of performance than that listed in Section 2.6 of this RFP if such an extended schedule results in a lower total bid price for the project. Proposers should detail their proposed alternate schedule and include a detailed explanation of the reduced bid price, or discount, offered due to the extended schedule. The Authority will not accept an extended proposed schedule with a Substantial Completion date later than December 31, 2016.

Tab 3 Price and Business Proposal The Price / Business Proposal shall provide the Proposed Fixed Design/Build Price, projected annual operation and maintenance costs, and information related to DB Project bonds and warranties.

Proposers should provide their lowest pricing in their initial Proposals. Proposers should not assume that the Authority will request changes to Proposals or call for best and final offers. The best and final offer will only be used, if necessary, as a mechanism for Proposers to provide revised or amended submittals in response to a request for clarification or to a change in project scope or other parameters.

Proposal Section 3.1 - Proposed Fixed Design/Build Price

This section shall describe the elements of the Proposed Fixed Design/Build Price and shall demonstrate that Proposer understands that the Proposed Fixed Design/Build Price is full payment for the DB Project, including all costs for permitting, design, fabrication, construction, cleaning and disinfection, startup, commissioning, testing of all Work. Proposed Fixed Design/Build Price information shall be provided in the format shown in RFP Forms 7A and 7B for the Base proposal and Alternate proposal, respectively.

Volume 1: Page 29 of 88

South Metro WISE Authority

WISE Design/Build Project RFP – Volume 1 30 October 31, 2014

Proposers shall include pricing for a 2-year DB Warranty on all DB Work per Article 6.20 of the General Conditions for their Base Bid and their Alternate Bid. Proposers shall also include a deduct for a 1-year DB Warranty as shown on RFP Forms 7A and 7B.

Proposal Section 3.2 - Operation and Maintenance Costs

This section shall list the costs for each routine and major maintenance event identified in Proposal Section 1 for the Base proposal and the Alternate proposal. All assumptions shall be documented in this section of the Proposal. Costs shall be presented in current (2014) dollars.

Proposals shall include estimates for annual operation and maintenance (O&M) costs at 4 mgd and at 8 mgd capacities for the proposed process design at the treatment plant.

Proposal Section 3.3 - Surety and Insurance Requirements

Proposals must include a letter of intent of a surety in the form of a letter as shown in Form 3 acknowledging, among other things, that the Proposer’s surety has reviewed and understands the requirements of this RFP and the Draft DB Contract and that the surety intends to furnish the Payment and Performance Bonds in the amounts designated in Volume 2 of the RFP. The surety company must be qualified and licensed to do business in the state of Colorado.

Proposals must include a letter of intent of an insurance company in the form of a letter as shown in Form 4 acknowledging, among other things, that the Proposer’s insurance company has reviewed and understands the requirements of this RFP and the Draft DB Contract and that the insurance company intends to furnish the Required Insurance set forth in Volume 2 of the RFP. The Proposer must provide an insurance company that complies with the requirements set forth in Volume 2 of the RFP.

Proposal Section 3.4 - Financial Qualifications

Proposers must also submit the following information related to financial qualifications:

Any updates since the SOQ to financial statements on all major Team members, including the Proposer, General Contractor, and Guarantor, if applicable, including:

o Most recent Forms 10-Q and 10-K filed with the SEC, if applicable

o If not required to make filings with the SEC, the most recent audited financial statements including income statements, balance sheets, statement of changes in financial position, and copies of the latest quarterly financial reports must be provided, as well as a statement regarding any material changes in the mode of conducting business;

Pending or recent mergers and/or acquisitions, liabilities, bankruptcies, and litigation; and

Any updates to any other financial information provided in the SOQ (Form 11).

Tab 4 Additional Experience and Qualifications Information Proposers shall complete Form 8 to demonstrate the estimated percentage of time that each key project staff member will commit to the Project. Estimates are based on 100 percent of the hours available over the entire term of the DB Contract, assuming 40 hours per week, minus time for vacations, sick leave, training, and professional societies and conferences as a basis.

Proposers shall update their qualifications information as needed to reflect enhancements or changes in personnel of their proposed team and to allow the Authority to evaluate the proposed team against the experience and qualifications criteria listed in Table 2. Any changes to team firms

Volume 1: Page 30 of 88

South Metro WISE Authority

WISE Design/Build Project RFP – Volume 1 31 October 31, 2014

or key individuals shall be identified (Form 12) with all information required by the SOQ provided for the new firms or key individuals. In addition, Proposers shall resubmit Forms 10 and 11 if there are any changes to the participating entities provided in the SOQ.

In addition, Proposers shall submit their accident prevention program as an attachment to their Proposal.

Tab 5 Proposal Forms Proposers must provide the requested information and complete in detail all Proposal Forms included in Attachment 3 of Volume 1 of the RFP. All forms shall be provided in this section of the Proposal.

Proposed Changes to the DB Contract

In addition to the Forms described above, Proposers may submit Form 5 to propose suggested changes to terms and conditions and/or technical requirements of the Draft DB Contract. Suggested changes may include risk reallocation and the associated cost savings to the Authority or enhancements and the associated costs to the Authority.

Proposers submitting suggested changes must provide: 1) an identification of the section(s) to be changed; 2) specific language to be included for the suggested change; 3) a narrative description of the rationale behind the request for the change; 4) any price adjustments that would result if the Authority agreed to the change. Each suggested change shall be summarized on a single copy of the relevant form. Any beneficial modifications that result in higher costs must be identified separately, and the additional costs must be identified separately. Proposer shall not condition its Proposal on acceptance of any suggested change. Accordingly, Proposals shall be priced based on the terms and conditions of the Draft DB Contract.

Proposers are advised that the extent and nature of proposed changes will be considered in the Authority’s evaluation of Proposals. Substantial changes to the business arrangement presented in the Draft DB Contract may result in less favorable evaluations. The Authority will assume that Form 5 includes all suggested changes and except due to the occurrence of changes in law or other uncontrollable circumstances between the proposal submittal date and the start of the Contract Time, the Authority reserves the right to refuse to discuss or negotiate any issue, term or condition that is not specifically identified in Form5. In the event that the Proposer selected for negotiations raises any such issue, term or condition, the Authority reserves the right to suspend or terminate negotiations with the selected Proposer and commence negotiations with the next highest ranked Proposer.

Volume 1: Page 31 of 88

This page intentionally left blank.

Volume 1: Page 32 of 88

WATER INFRASTRUCTURE AND SUPPLY EFFICIENCY (WISE)

DESIGN-BUILD (DB) PROJECT

REQUEST FOR PROPOSALS

SOUTH METRO WISE AUTHORITY (Authority)

ATTACHMENT 1

Vicinity Map and DB Project Components Locations

Volume 1: Page 33 of 88

This page intentionally left blank.

Volume 1: Page 34 of 88

 

Attachment 1. Vicinity Map and DB Project Components Locations

Notes: 

1. Refer to Section 2.3 of the RFP for descriptions of the facilities included in the Design/Build Contract. 

Volume 1: Page 35 of 88

 

             

This page intentionally left blank.

Volume 1: Page 36 of 88

WATER INFRASTRUCTURE AND SUPPLY EFFICIENCY (WISE)

DESIGN-BUILD (DB) PROJECT

REQUEST FOR PROPOSALS

SOUTH METRO WISE AUTHORITY (Authority)

ATTACHMENT 2

Reference Documents Available

Volume 1: Page 37 of 88

This page intentionally left blank.

Volume 1: Page 38 of 88

Volume 1: Page 39 of 88

Volume 1: Page 40 of 88

Volume 1: Page 41 of 88

Volume 1: Page 42 of 88

Volume 1: Page 43 of 88

Volume 1: Page 44 of 88

Volume 1: Page 45 of 88

This page intentionally left blank.

Volume 1: Page 46 of 88

WATER INFRASTRUCTURE AND SUPPLY EFFICIENCY (WISE)

DESIGN-BUILD (DB) PROJECT

REQUEST FOR PROPOSALS

SOUTH METRO WISE AUTHORITY (Authority)

ATTACHMENT 3

Proposal Forms

Volume 1: Page 47 of 88

This page intentionally left blank.

Volume 1: Page 48 of 88

South Metro WISE Authority Page 1 of 24 Attachment 3 – Proposal Forms WISE Design/Build Project RFP October 31, 2014

Water Infrastructure and Supply Efficiency (WISE) Design/Build (DB) Project Proposal Form A - Checklist of Forms

Proposal Form A – Checklist of Forms

Business Forms

Proposal Form 1 – Transmittal Letter and Attached Certificate of Authorization

Proposal Form 2 – Non-Collusion Affidavit

Proposal Form 3 – Surety Letter of Intent to Issue Bonds

Proposal Form 4 – Insurance Company Letter of Intent

Proposal Form 5 – Suggested Changes to DB Contract

Technical Forms

Proposal Form 6 – Specifications of Major Equipment/Systems (to be incorporated as Exhibit B of the DB Contract)

Financial / Price Forms

Proposal Form 7A – Proposed Fixed Design/Build Price Breakdown (Preliminary Schedule of Values) – Base Proposal (to be incorporated into DB Contract within Exhibit D if selected)

Proposal Form 7B – Proposed Fixed Design/Build Price Breakdown (Preliminary Schedule of Values) – Alternate Proposal (to be incorporated into DB Contract within Exhibit D if selected)

Qualifications and Experience Forms

Proposal Form 8 – Key Personnel (to be incorporated as Exhibit F of the DB Contract)

Additional Proposal Forms (if information changed since RFQ)

Proposal Form 9 – Participating Entities – Group List

Proposal Form 10 – Participating Entities – Individual Descriptions

Proposal Form 11 – Financial Resources Data

Proposal Form 12 – Change in Team Members   

Volume 1: Page 49 of 88

South Metro WISE Authority Page 2 of 24 Attachment 3 – Proposal Forms WISE Design/Build Project RFP October 31, 2014

 

 

 

 

 

 

 

 

 

 

This page intentionally left blank

Volume 1: Page 50 of 88

South Metro WISE Authority Page 3 of 24 Attachment 3 – Proposal Forms WISE Design/Build Project RFP October 31, 2014

Water Infrastructure and Supply Efficiency (WISE) Design/Build (DB) Project Proposal Form 1 - Transmittal Letter and Attached Certificate of Authorization

(To be typed on Proposer’s Letterhead)

[Date] Rick Marsicek, P.E. Director of Engineering South Metro Water Supply Authority 8400 East Prentice Ave, Suite 1500 Greenwood Village, CO 80111 Re: Proposal for Water Infrastructure and Supply Efficiency (WISE) Design/Build (DB)

Project ______________________________ (the “Proposer”) hereby submits its Proposal in response to the Request for Proposals for the Water Infrastructure and Supply Efficiency (WISE) Design/Build (DB) Project (“RFP”) issued by the WISE Authority (the “Authority”) on October 31, 2014, as amended. As a duly authorized representative of the Proposer, I hereby certify, represent, and warrant, on behalf of the Proposer team, as follows in connection with the Proposal:

1. The Proposer acknowledges receipt of the RFP and the following addenda:

No. Date

2. The submittal of the Proposal has been duly authorized by, and in all respects is

binding upon, the Proposer. Attachment 1 to this Transmittal Letter is a Certificate of Authorization which evidences my authority to submit the Proposal and bind the Proposer.

3. The Proposer has completely reviewed and understands and agrees to be bound

by the requirements of the RFP. 4. All information and statements contained in the Proposal are current, correct and

complete, and are made with full knowledge that the Authority will rely on such information and statements in determining whether the Proposer will proceed to the next phase of the procurement.

5. The Proposal has been prepared and is submitted without collusion, fraud or any

other action taken in restraint of free and open competition for the services contemplated by the RFP.

Volume 1: Page 51 of 88

South Metro WISE Authority Page 4 of 24 Attachment 3 – Proposal Forms WISE Design/Build Project RFP October 31, 2014

6. Neither the Proposer, nor any Proposer team member is currently suspended or

debarred from doing business with any governmental entity.

7. The Proposer has reviewed all of the engagements and pending engagements of the Proposer, and no potential exists for any conflict of interest or unfair advantage.

8. No person or selling agency has been employed or retained to solicit the award

of the DB Contract under an arrangement for a commission, percentage, brokerage or contingency fee or on any other success fee basis, except bona fide employees of the Proposer.

9. The principal contact person who will serve as the interface between the

Authority and the Proposer for all communications is:

NAME: TITLE: ADDRESS: PHONE FAX: E-MAIL:

10. The key technical and legal representatives available to provide timely response

to written inquiries submitted, and to attend meetings requested by the Authority are:

Technical Representative:

NAME: TITLE: ADDRESS: PHONE FAX: E-MAIL:

Legal Representative:

NAME: TITLE: ADDRESS: PHONE FAX: E-MAIL:

Name of Proposer

Volume 1: Page 52 of 88

South Metro WISE Authority Page 5 of 24 Attachment 3 – Proposal Forms WISE Design/Build Project RFP October 31, 2014

Name of Designated Signatory Signature Title

_______________________ (Notary Public) State of County of On this day of , 2014, before me appeared , personally known to me to be the person described in and who executed this and acknowledged that (she/he) signed the same freely and voluntarily for the uses and purposes therein described. In witness thereof, I have hereunto set my hand and affixed by official seal the day and year last written above. Notary Public in and for the State of ____________ (seal) (Name printed) Residing at ________________________________ My commission expires ______________________

Volume 1: Page 53 of 88

South Metro WISE Authority Page 6 of 24 Attachment 3 – Proposal Forms WISE Design/Build Project RFP October 31, 2014

Form 1 Attachment 1

CERTIFICATE OF AUTHORIZATION*

I, ____________________, a resident of _____________________ in the State of ______________________, DO HEREBY CERTIFY that I am the Clerk/Secretary of _________________________________, a corporation duly organized and existing under and by virtue of the laws of _______________________; that I have custody of the records of the corporation; and that as of the date of this certification, ___________________ holds the title of ___________________ of the corporation, and is authorized to execute and deliver in the name and on behalf of the corporation the Proposal submitted by the corporation in response to the Request for Proposals for the Water Infrastructure and Supply Efficiency DB Project, issued by the WISE Authority, Colorado on October 31, 2014, as amended; and all documents, letters, certificates and other instruments which have been executed by such officer on behalf of the corporation in connection therewith.

IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal of the corporation this ____________________ day of __________ 2014. (Affix Seal Here)

____________________________________ Clerk/Secretary

* Note: Separate certifications shall be submitted if more than one corporate officer has executed documents as part of the Proposal. Proposers shall make appropriate conforming modifications to this Certificate in the event that the signatory’s address is outside of the United States.

Volume 1: Page 54 of 88

South Metro WISE Authority Page 7 of 24 Attachment 3 – Proposal Forms WISE Design/Build Project RFP October 31, 2014

Water Infrastructure and Supply Efficiency (WISE) Design/Build (DB) Project Proposal Form 2 – Non-Collusion Affidavit STATE OF COLORADO ) ) ss. COUNTY OF DOUGLAS ) ________________________________________being first (NAME) duly sworn, under oath says that as________________________________________ (TITLE) of ____________________________________________________________________, (FIRM) the bid above submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and further says that the said Proposer has not directly or indirectly induced or solicited any proposer on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding; and that said proposer has not in any manner sought by collusion to secure an advantage over any other proposer or proposers. SIGN HERE______________________________ Subscribed and sworn to before me this __________________ day of _____________, 2014. (seal) __________________________________________ __________________________________________ Notary Public in and for the State of_______________________ residing at __________________________________.

Volume 1: Page 55 of 88

South Metro WISE Authority Page 8 of 24 Attachment 3 – Proposal Forms WISE Design/Build Project RFP October 31, 2014

Water Infrastructure and Supply Efficiency (WISE) Design/Build (DB) Project Proposal Form 3 – Surety Letter of Intent to Issue Bonds

(to be typed on Surety’s letterhead)

Rick Marsicek, P.E. Director of Engineering South Metro Water Supply Authority 8400 East Prentice Ave, Suite 1500 Greenwood Village, CO 80111

Re: WISE DB Project

Mr. Marsicek:

___________ (Proposer) has submitted herewith a Proposal in response to the Request for Proposals for the Water Infrastructure and Supply Efficiency (WISE) Design/Build (DB) Project (“RFP”) issued by the WISE Authority (the “Authority”) to provide permitting, design, construction, commissioning, and acceptance testing of the DB Project. The most advantageous Proposer will enter into a DB Contract to cause the Project to meet certain performance requirements, and to comply with all applicable permits, licenses, approvals and other Applicable Law, and to provide related and ancillary services, all as defined and described in the RFP, and covered by the Proposal submitted by the Proposer in response thereto, which Proposal is made a part hereof.

The Surety has reviewed the Proposer’s Proposal, which will form the basis of the DB Contract. The Surety hereby certifies that it intends to issue on behalf of the Design/Builder, should the conditions of the DB Contract and the business standing of the Proposer be substantially the same on the day of issuance, as security for performance of its obligations under the DB Contract, including but not limited to a Design/Build Work Performance and Payment Bonds, each in an amount equal to the Proposed Fixed Design/Build Price (plus a reasonable amount to be determined by the parties for any estimated Fixed Design/Build Price adjustments), all in accordance with Article 5 of the Draft DB Contract for the benefit of the Authority in the event the Proposer is selected for final negotiations and execution of the DB Contract.

Name of Surety:

Name of Authorized Signatory:

Signature:

Title:

Volume 1: Page 56 of 88

South Metro WISE Authority Page 9 of 24 Attachment 3 – Proposal Forms WISE Design/Build Project RFP October 31, 2014

Water Infrastructure and Supply Efficiency (WISE) Design/Build (DB) Project Proposal Form 4 – Insurance Company Letter of Intent

(to be typed on insurance company’s letterhead or an authorized broker of the insurance company’s letterhead)

Rick Marsicek, P.E. Director of Engineering South Metro Water Supply Authority 8400 East Prentice Ave, Suite 1500 Greenwood Village, CO 80111

Mr. Marsicek: ___________ (Proposer) has submitted herewith a Proposal in response to the Request for Proposals for the Water Infrastructure and Supply Efficiency (WISE) Design/Build (DB) Project (“RFP”) issued by the WISE Authority (the “Authority”) to provide permitting, design, construction, commissioning, and acceptance testing of the DB Project. The most advantageous Proposer will enter into a DB Contract to cause the Project to meet certain performance requirements, and to comply with all applicable permits, licenses, approvals and other Applicable Law, and to provide related and ancillary services, all as defined and described in the RFP, and covered by the Proposal submitted by the Proposer in response thereto, which Proposal is made a part hereof.

The insurance company has reviewed the Proposer's Proposal and the RFP, which will together form the basis of the DB Contract. The insurance company hereby certifies that it intends to provide all Required Insurance set forth in Article 10 of the DB Contract in the event the Proposer is selected for final negotiations and execution of the DB Contract.

Name of Insurance Company:

Name of Authorized Signatory:

Signature:

Title:

Volume 1: Page 57 of 88

South Metro WISE Authority Page 10 of 24 Attachment 3 – Proposal Forms WISE Design/Build Project RFP October 31, 2014

Water Infrastructure and Supply Efficiency (WISE) Design/Build (DB) Project Proposal Form 5 – Suggested Changes to Draft DB Contract (1)

(Copy and complete this form as necessary)

DB Contract Section(s):

Suggested Alternate Concept and Language:

Rationale and Benefits to the Authority:

Volume 1: Page 58 of 88

South Metro WISE Authority Page 11 of 24 Attachment 3 – Proposal Forms WISE Design/Build Project RFP October 31, 2014

Cost Savings to the Authority from Proposal

$ (Fixed Design/Build Price)

Cost to the Authority from Proposal

$ (Fixed Design/Build Price)

Note:

(1) Proposer shall not condition its Proposal on acceptance of any suggested change set forth herein

Volume 1: Page 59 of 88

South Metro WISE Authority Page 12 of 24 Attachment 3 – Proposal Forms WISE Design/Build Project RFP October 31, 2014

Water Infrastructure and Supply Efficiency (WISE) Design/Build (DB) Project Proposal Form 6 – Specifications of Major Equipment/Systems (1)

(Copy and complete this form for all major equipment/systems;

attach additional pages if necessary)

General Information Proposer-Specific Information

Name of Equipment/System

Manufacturer

Identification/Model No.

Number of Units

Analytical/Instrumentation Requirements

Control Description

Design/Operational Parameters(2)

Proposer-Specific Information(3)

Capacity

Size/Dimensions

Power Requirements/Voltage

Volume 1: Page 60 of 88

South Metro WISE Authority Page 13 of 24 Attachment 3 – Proposal Forms WISE Design/Build Project RFP October 31, 2014

Materials of Construction(4)

Proposer-Specific Information(5)

Other Features

Notes:

(1) Proposer shall duplicate this form for all major equipment and systems required. More than one manufacturer may be named for each piece of equipment or system. Refer to Proposal Subsection 1.11, Equipment and Systems Lists, in Section 4.5 of the RFP for a description of equipment and systems for which this form shall be completed. Major equipment includes any equipment that is connected to a motor equal to or larger than 10 horsepower.

(2) Proposer shall include all additional parameters regarding the design/operational requirements that are applicable to the given system and/or equipment. This shall include items such as flow rates, ratios, or other appropriate measurements.

(3) Proposer-specific information shall include the appropriate measurements and units (i.e., gpm, volts, sf, etc).

(4) Proposer shall identify each major component of the equipment and system (i.e., structure, floor, enclosures, cores, etc.).

(5) Proposer shall identify the corresponding material of the listed component (i.e., concrete, type of metal, etc.).

Volume 1: Page 61 of 88

South Metro WISE Authority Page 14 of 24 Attachment 3 – Proposal Forms WISE Design/Build Project RFP October 31, 2014

 

 

 

 

 

 

 

 

 

This page intentionally left blank

Volume 1: Page 62 of 88

Water Infrastructure and Supply Efficiency (WISE) Design-Build (DB) Project

Base Proposal (1)

Base Bid (4 mgd treatment capacity; building may be sized to house 4 mgd or 8 mgd treatment system)

Site: Geotechnical $ Drainage $ Access Roads $ Excavation, Fill, Backfill and Grading $ Site Restoration $ Site Security $ Connections to Existing Pipelines $ Yard Piping $ Buried Valves $ Building Footprint $

Treatment System (including pressure filter vessels, piping, valves, analyzers, backwash wastewater equalization tank and recycled water treatment unit, chemical feed pumps/piping/controls/other, ammonium sulfate storage, feed facilities for chloramination, etc.)

$

Pressure Filter System Proof Pilot Test $Chloramine Disinfection System $Treatment System Start-up and Acceptance Testing $Equipment and Filter Media Warranty $Building (architectural, structural) $Electrical System $Treatment System I&C/SCADA Equipment $Record Drawings $O&M Manuals $Pre-Start-up Inspection $Start-up and Commissioning $Other (Specify): _____________________________ $

$Base Bid Subtotal $

Alternate Bid (4 mgd treatment capacity; if Base Bid includes building sized only to house 4 mgd treatment with provision for future expansion, provide alternative pricing to provide a larger building capable of housing 8 mgd capacity as part of the DB Project)

Site: Geotechnical $ Drainage $ Access Roads $

Excavation, Fill, Backfill and Grading $

Site Restoration $

Site Security $ Connections to Existing Pipelines $ Yard Piping $ Buried Valves $ Building Footprint $

Treatment System (including pressure filter vessels, piping, valves, analyzers, backwash wastewater equalization tank and recycled water treatment unit, chemical feed pumps/piping/controls/other, ammonium sulfate storage, feed facilities for chloramination, etc.)

$

Pressure Filter System Proof Pilot Test $Chloramine Disinfection System $

Treatment System Start-up and Acceptance Testing $

Equipment and Filter Media Warranty $

Building (architectural, structural) $Electrical System $Treatment System I&C/SCADA Equipment $Record Drawings $O&M Manuals $Pre-Start-up Inspection $Start-up and Commissioning $Other (Specify): _____________________________ $

$Alternate Bid Subtotal $

Proposal Form 7A - Proposed Fixed Design/Build Price Breakdown (Schedule of Values)

PROJECT COMPONENT/COST ELEMENT COST

Chloramine Disinfection and Iron and Manganese Removal Treatment Facility:

Page 1 of 10 Volume 1: Page 63 of 88

Water Infrastructure and Supply Efficiency (WISE) Design-Build (DB) Project

Base Proposal (1)Proposal Form 7A - Proposed Fixed Design/Build Price Breakdown (Schedule of Values)

PROJECT COMPONENT/COST ELEMENT COST

Rangeview Connection:

Design(5) $Construction:

Buried concrete vault $ Flow meter and flow control valve $

Upstream connection to pipeline from AW Temporary Connection $

Downstream connection to State Land Board Line $ Approximately 250 feet of pipe $ Site Restoration $

Record Drawings $O&M Manuals $Staff Training (for Authority Participants) $Pre-Start-up Inspection $Start-up and Commissioning $Other (Specify): _____________________________ $

Subtotal $

Cottonwood Connection:

Design(5) $Construction:

Buried concrete vault $

Flow meter and flow control valve $

Connection to the Western Pipeline $

Downstream connection to Cottonwood’s 30-inch pipe $ Approximately 140 feet of pipe $ Site Restoration $

Record Drawings $O&M Manuals $Staff Training (for Authority Participants) $Pre-Start-up Inspection $Start-up and Commissioning $Other (Specify): _____________________________ $

Subtotal $

Connections to the Western Pipeline, Pressure Sustaining Valve, Pressure Monitoring Station:

Page 2 of 10 Volume 1: Page 64 of 88

Water Infrastructure and Supply Efficiency (WISE) Design-Build (DB) Project

Base Proposal (1)Proposal Form 7A - Proposed Fixed Design/Build Price Breakdown (Schedule of Values)

PROJECT COMPONENT/COST ELEMENT COST

Inverness Connection:

Base Bid

Design(5) $

Construction:

Buried concrete vault $

Flow meter and flow control valve $ Upstream connection to the Western Pipeline $

Downstream connection to 12-inch pipe south side of Inverness Drive South $

Approximately 1,700 feet of pipe $ Site Restoration $

Record Drawings $O&M Manuals $Staff Training (for Authority Participants) $Pre-Start-up Inspection $Start-up and Commissioning $Other (Specify): _____________________________ $

Inverness Connection Base Bid Subtotal $

Alternate Bid

Design(5) $Construction:

Buried concrete vault $ Flow meter and flow control valve $ Upstream connection to the Western Pipeline (upsize to 20-inch) $

Downstream connection to 12-inch pipe south side of Inverness Drive South $

Approximately 1,700 feet of pipe $ Site Restoration $

Record Drawings $O&M Manuals $Staff Training (for Authority Participants) $Pre-Start-up Inspection $Start-up and Commissioning $Other (Specify): _____________________________ $

Inverness Alternate Bid Subtotal $

Page 3 of 10 Volume 1: Page 65 of 88

Water Infrastructure and Supply Efficiency (WISE) Design-Build (DB) Project

Base Proposal (1)Proposal Form 7A - Proposed Fixed Design/Build Price Breakdown (Schedule of Values)

PROJECT COMPONENT/COST ELEMENT COST

Meridian Connection:

Design(5) $Construction:

Buried concrete vault $ Flow meter and flow control valve $ Above grade reduced pressure zone (RPZ) assembly $ Upstream connection to the Western Pipeline $ Approximately 80 feet of pipe $ Site Restoration $

Record Drawings $O&M Manuals $Staff Training (for Authority Participants) $Pre-Start-up Inspection $Start-up and Commissioning $Other (Specify): _____________________________ $

Subtotal $

Centennial Connection:

Design(5) $Construction:

Above grade building (housing a flowmeter, flow control valve, and booster pump) $

Booster Pump $ Flow meter and flow control valve $ Upstream connection to the Western Pipeline (shared connection with Quebec Pump Station Bypass)

$

Downstream connection to Centennial’s 16-inch pipe $ Approximately 300 feet of pipe $ Site Restoration $

Record Drawings $O&M Manuals $Staff Training (for Authority Participants) $Pre-Start-up Inspection $Start-up and Commissioning $Other (Specify): _____________________________ $

Subtotal $

Stonegate Connection:

Design(5) $Construction:

Buried concrete vault $ Flow meter and flow control valve $ Upstream connection to the Western Pipeline $ Approximately 80 feet of pipe $ Site Restoration $

Record Drawings $O&M Manuals $Staff Training (for Authority Participants) $Pre-Start-up Inspection $Start-up and Commissioning $Other (Specify): _____________________________ $

Subtotal $

Page 4 of 10 Volume 1: Page 66 of 88

Water Infrastructure and Supply Efficiency (WISE) Design-Build (DB) Project

Base Proposal (1)Proposal Form 7A - Proposed Fixed Design/Build Price Breakdown (Schedule of Values)

PROJECT COMPONENT/COST ELEMENT COST

State Land Board Line Pressure Sustaining Valve: Buried concrete vault $ Pressure sustaining and pressure reducing valve $ Upstream connection to State Land Board Line $ Downstream connection to Western Pipeline $ Approximately 120 feet of pipe $ Site Restoration $

Record Drawings $O&M Manuals $Staff Training (for Authority Participants) $Pre-Start-up Inspection $Start-up and Commissioning $

Subtotal $

Western Pipeline Pressure Monitoring Station: Pressure transmitter (placement in existing air/vacuum valve vault) $ Site Restoration $

Record Drawings $O&M Manuals $Staff Training (for Authority Participants) $Pre-Start-up Inspection $Start-up and Commissioning $

Subtotal $

Page 5 of 10 Volume 1: Page 67 of 88

Water Infrastructure and Supply Efficiency (WISE) Design-Build (DB) Project

Base Proposal (1)Proposal Form 7A - Proposed Fixed Design/Build Price Breakdown (Schedule of Values)

PROJECT COMPONENT/COST ELEMENT COST

Design/Programming(5) $Operator Control and Monitoring Locations $Data Archiving and Information Sharing $I&C Equipment (not already included in other project components):

Authority only $SCADA Software $Other Hardware $Record Drawings $O&M Manuals $Staff Training (for Authority Participants) $Pre-Start-up Inspection $Start-up and Commissioning $ACWWA SCADA Site Complete (to include all costs associated with construction at this sight and adding this location into the SCADA system)

$

HEB SCADA Site Complete (to include all costs associated with construction at this sight and adding this location into the SCADA system)

$

Other (Specify): _____________________________ $Subtotal $

SCADA Improvements (not including treatment plant):

Page 6 of 10 Volume 1: Page 68 of 88

Water Infrastructure and Supply Efficiency (WISE) Design-Build (DB) Project

Base Proposal (1)Proposal Form 7A - Proposed Fixed Design/Build Price Breakdown (Schedule of Values)

PROJECT COMPONENT/COST ELEMENT COST

Base Bid for AWWA D-115 Tank:Site Work $

Access $ Utilities $ Geotechnical $ Drainage $ Excavation, Fill, Backfill and Grading $ Tank Subgrade and Foundation $ Landscaping/Site restoration $ Site Security $ Yard Piping $ Yard Valves $ Air Release / Vacuum Valve Assembly with Access $ Cathodic Protection $ Stilling Basin $ Overflow Manhole $ Marker Posts $

Tank Appurtenances $Electrical $Concrete Water Tank:

Tendon-Prestressed Concrete Water Tank (AWWA D115) $Record Drawings $O&M Manuals $Pre-Start-up Inspection $Start-up and Commissioning $Other (Specify): _____________________________ $

Base Bid Subtotal $Alternate Bid for AWWA D-110 Tank:

Site Work $ Access $ Utilities $ Geotechnical $ Drainage $ Excavation, Fill, Backfill and Grading $ Tank Subgrade and Foundation $ Landscaping/Site restoration $ Site Security $ Yard Piping $ Yard Valves $ Air Release / Vacuum Valve Assembly with Access $ Cathodic Protection $ Stilling Basin $ Overflow Manhole $ Marker Posts $

Tank Appurtenances $Electrical $Concrete Water Tank:

Wire- and Strand-Wound, Circular, Prestressed Concrete Water Tank (AWWA D110)

$

Record Drawings $O&M Manuals $Pre-Start-up Inspection $Start-up and Commissioning $Other (Specify): _____________________________ $

Alternate Bid Subtotal $

Smoky Hill Storage Tank:

Page 7 of 10 Volume 1: Page 69 of 88

Water Infrastructure and Supply Efficiency (WISE) Design-Build (DB) Project

Base Proposal (1)Proposal Form 7A - Proposed Fixed Design/Build Price Breakdown (Schedule of Values)

PROJECT COMPONENT/COST ELEMENT COST

Site: Excavation, Fill, Backfill and Grading $ Landscaping/Site restoration $ Connections to Existing Pipelines $ Piping $ Valves $ Flowmeter (Includes flowmeter, dismantling joint, reducers, associated piping, manhole/vault, upstream and downstream connections, and associated electrical and I&C)

$

Pump Station Bypass I&C/SCADA Equipment $Record Drawings $O&M Manuals $Pre-Start-up Inspection $Start-up and Commissioning $Other (Specify): _____________________________ $

Subtotal $

Quebec Pump Station Bypass:

Page 8 of 10 Volume 1: Page 70 of 88

Water Infrastructure and Supply Efficiency (WISE) Design-Build (DB) Project

Base Proposal (1)Proposal Form 7A - Proposed Fixed Design/Build Price Breakdown (Schedule of Values)

PROJECT COMPONENT/COST ELEMENT COST

Design(5) $Construction:

Buried concrete vault $ Check Valve $ Flow meter $ Flow control valve $ Upstream connection to AW Zone 7 pipeline (36-inch steel pipe) $ Approximately 330 feet of pipe $ Downstream connection to State Land Board Line (36-inch steel pipe) $ Site Restoration $

Record Drawings $O&M Manuals $Staff Training (for Authority Participants) $Pre-Start-up Inspection $Start-up and Commissioning $Other (Specify): _____________________________ $

Subtotal $

Aurora Water Connection:

Page 9 of 10 Volume 1: Page 71 of 88

Water Infrastructure and Supply Efficiency (WISE) Design-Build (DB) Project

Base Proposal (1)Proposal Form 7A - Proposed Fixed Design/Build Price Breakdown (Schedule of Values)

PROJECT COMPONENT/COST ELEMENT COST

Administrative $Required Design-Build Period Insurance $Performance and Payment Bonds $DB Warranty / Equipment Warranty (2 year) $Other (Specify): _____________________________ $

Subtotal $

$

Deduct for 1 year DB Warranty / Equipment Warranty: $

Notes:

1 - Include form in separate sealed price proposal.2 - The proposed Fixed Design-Build Price shall be in current dollars (as of Proposal Submittal Date) and include all costs for Design-Build Work. 3 - Proposers shall include any applicable sales and other taxes relating to the performance of the Design-Build Work in their Fixed Design-Build Price.4 - Total proposed Fixed Design-Build Price to be based on all Base Bid subtotals 5 - Authority requests separate design cost for this project component in order for the Authority to provide supporting documentation for design cost allocations required for certain funding sources. Design cost allocations for each component shall be best estimates by the Design-Builder. See Supplementary Conditions for additional required documentation.

TOTAL PROPOSED FIXED DESIGN-BUILD PRICE(2)(3)(4) - BASE PROPOSAL

Other Direct and Indirect Costs:

Page 10 of 10 Volume 1: Page 72 of 88

Water Infrastructure and Supply Efficiency (WISE) Design-Build (DB) Project

Alternate Proposal (1)(4)

Site: Geotechnical $ Drainage $ Access Roads $ Excavation, Fill, Backfill and Grading $ Site Restoration $ Site Security $ Connections to Existing Pipelines $ Yard Piping $ Buried Valves $ Building Footprint $

Treatment System (including pressure filter vessels, piping, valves, analyzers, backwash wastewater equalization tank and recycled water treatment unit, chemical feed pumps/piping/controls/other, ammonium sulfate storage, feed facilities for chloramination, etc.)

$

Pressure Filter System Proof Pilot Test $Chloramine Disinfection System $Treatment System Start-up and Acceptance Testing $Equipment and Filter Media Warranty $Building (architectural, structural) $Electrical System $Treatment System I&C/SCADA Equipment $Record Drawings $O&M Manuals $Pre-Start-up Inspection $Start-up and Commissioning $Other (Specify): _____________________________ $Other (Specify): _____________________________ $

$Subtotal $

NOTE to Proposers: If proposing an Alternate to the DB Project elements requested in the RFP, strikeout any sections below (from Base Proposal Schedule of Values) that are not to be included in Alternate Proposal Fixed Design/Build Price.

Proposal Form 7B - Proposed Fixed Design/Build Price Breakdown (Schedule of Values)

PROJECT COMPONENT/COST ELEMENT COST

Chloramine Disinfection and Iron and Manganese Removal Treatment Facility:

Page 1 of 10 Volume 1: Page 73 of 88

Water Infrastructure and Supply Efficiency (WISE) Design-Build (DB) Project

Alternate Proposal (1)(4)

NOTE to Proposers: If proposing an Alternate to the DB Project elements requested in the RFP, strikeout any sections below (from Base Proposal Schedule of Values) that are not to be included in Alternate Proposal Fixed Design/Build Price.

Proposal Form 7B - Proposed Fixed Design/Build Price Breakdown (Schedule of Values)

PROJECT COMPONENT/COST ELEMENT COST

Rangeview Connection:

Design(5) $Construction:

Buried concrete vault $ Flow meter and flow control valve $

Upstream connection to pipeline from AW Temporary Connection $

Downstream connection to State Land Board Line $ Approximately 250 feet of pipe $ Site Restoration $

Record Drawings $O&M Manuals $Staff Training (for Authority Participants) $Pre-Start-up Inspection $Start-up and Commissioning $Other (Specify): _____________________________ $

Subtotal $

Cottonwood Connection:

Design(5) $Construction:

Buried concrete vault $

Flow meter and flow control valve $

Connection to the Western Pipeline $

Downstream connection to Cottonwood’s 30-inch pipe $ Approximately 140 feet of pipe $ Site Restoration $

Record Drawings $O&M Manuals $Staff Training (for Authority Participants) $Pre-Start-up Inspection $Start-up and Commissioning $Other (Specify): _____________________________ $

Subtotal $

Connections to the Western Pipeline, Pressure Sustaining Valve, Pressure Monitoring Station:

Page 2 of 10 Volume 1: Page 74 of 88

Water Infrastructure and Supply Efficiency (WISE) Design-Build (DB) Project

Alternate Proposal (1)(4)

NOTE to Proposers: If proposing an Alternate to the DB Project elements requested in the RFP, strikeout any sections below (from Base Proposal Schedule of Values) that are not to be included in Alternate Proposal Fixed Design/Build Price.

Proposal Form 7B - Proposed Fixed Design/Build Price Breakdown (Schedule of Values)

PROJECT COMPONENT/COST ELEMENT COST

Inverness Connection:Base Bid

Design(5) $Construction:

Buried concrete vault $ Flow meter and flow control valve $

Upstream connection to the Western Pipeline $

Downstream connection to 12-inch pipe south side of Inverness Drive South $

Approximately 1,700 feet of pipe $ Site Restoration $

Record Drawings $O&M Manuals $Staff Training (for Authority Participants) $Pre-Start-up Inspection $Start-up and Commissioning $Other (Specify): _____________________________ $

Inverness Connection Base Bid Subtotal $

Alternate Bid

Design(5) $Construction:

Buried concrete vault $ Flow meter and flow control valve $ Upstream connection to the Western Pipeline (upsize to 20-inch) $

Downstream connection to 12-inch pipe south side of Inverness Drive South $

Approximately 1,700 feet of pipe $ Site Restoration $

Record Drawings $O&M Manuals $Staff Training (for Authority Participants) $Pre-Start-up Inspection $Start-up and Commissioning $Other (Specify): _____________________________ $

Inverness Alternate Bid Subtotal $

Page 3 of 10 Volume 1: Page 75 of 88

Water Infrastructure and Supply Efficiency (WISE) Design-Build (DB) Project

Alternate Proposal (1)(4)

NOTE to Proposers: If proposing an Alternate to the DB Project elements requested in the RFP, strikeout any sections below (from Base Proposal Schedule of Values) that are not to be included in Alternate Proposal Fixed Design/Build Price.

Proposal Form 7B - Proposed Fixed Design/Build Price Breakdown (Schedule of Values)

PROJECT COMPONENT/COST ELEMENT COST

Meridian Connection:

Design(5) $Construction:

Buried concrete vault $ Flow meter and flow control valve $ Above grade reduced pressure zone (RPZ) assembly $ Upstream connection to the Western Pipeline $ Approximately 80 feet of pipe $ Site Restoration $

Record Drawings $O&M Manuals $Staff Training (for Authority Participants) $Pre-Start-up Inspection $Start-up and Commissioning $Other (Specify): _____________________________ $

Subtotal $

Centennial Connection:

Design(5) $Construction:

Above grade building (housing a flowmeter, flow control valve, and booster pump) $

Booster Pump $ Flow meter and flow control valve $ Upstream connection to the Western Pipeline (shared connection with Quebec Pump Station Bypass)

$

Downstream connection to Centennial’s 16-inch pipe $ Approximately 300 feet of pipe $ Site Restoration $

Record Drawings $O&M Manuals $Staff Training (for Authority Participants) $Pre-Start-up Inspection $Start-up and Commissioning $Other (Specify): _____________________________ $

Subtotal $

Stonegate Connection:

Design(5) $Construction:

Buried concrete vault $ Flow meter and flow control valve $ Upstream connection to the Western Pipeline $ Approximately 80 feet of pipe $ Site Restoration $

Record Drawings $O&M Manuals $Staff Training (for Authority Participants) $Pre-Start-up Inspection $Start-up and Commissioning $Other (Specify): _____________________________ $

Subtotal $

Page 4 of 10 Volume 1: Page 76 of 88

Water Infrastructure and Supply Efficiency (WISE) Design-Build (DB) Project

Alternate Proposal (1)(4)

NOTE to Proposers: If proposing an Alternate to the DB Project elements requested in the RFP, strikeout any sections below (from Base Proposal Schedule of Values) that are not to be included in Alternate Proposal Fixed Design/Build Price.

Proposal Form 7B - Proposed Fixed Design/Build Price Breakdown (Schedule of Values)

PROJECT COMPONENT/COST ELEMENT COST

State Land Board Line Pressure Sustaining Valve: Buried concrete vault $ Pressure sustaining and pressure reducing valve $ Upstream connection to State Land Board Line $ Downstream connection to Western Pipeline $ Approximately 120 feet of pipe $ Site Restoration $

Record Drawings $O&M Manuals $Staff Training (for Authority Participants) $Pre-Start-up Inspection $Start-up and Commissioning $

Subtotal $

Western Pipeline Pressure Monitoring Station: Pressure transmitter (placement in existing air/vacuum valve vault) $ Site Restoration $

Record Drawings $O&M Manuals $Staff Training (for Authority Participants) $Pre-Start-up Inspection $Start-up and Commissioning $

Subtotal $

Page 5 of 10 Volume 1: Page 77 of 88

Water Infrastructure and Supply Efficiency (WISE) Design-Build (DB) Project

Alternate Proposal (1)(4)

NOTE to Proposers: If proposing an Alternate to the DB Project elements requested in the RFP, strikeout any sections below (from Base Proposal Schedule of Values) that are not to be included in Alternate Proposal Fixed Design/Build Price.

Proposal Form 7B - Proposed Fixed Design/Build Price Breakdown (Schedule of Values)

PROJECT COMPONENT/COST ELEMENT COST

Design/Programming(5)

Operator Control and Monitoring Locations $Data Archiving and Information Sharing $I&C Equipment (not already included in other project components):

Authority only $SCADA Software $Other Hardware $Record Drawings $O&M Manuals $Staff Training (for Authority Participants) $Pre-Start-up Inspection $Start-up and Commissioning $ACWWA SCADA Site Complete (to include all costs associated with construction at this sight and adding this location into the SCADA system)

$

HEB SCADA Site Complete (to include all costs associated with construction at this sight and adding this location into the SCADA system)

$

Other (Specify): _____________________________ $Subtotal $

SCADA Improvements (not including treatment plant):

Page 6 of 10 Volume 1: Page 78 of 88

Water Infrastructure and Supply Efficiency (WISE) Design-Build (DB) Project

Alternate Proposal (1)(4)

NOTE to Proposers: If proposing an Alternate to the DB Project elements requested in the RFP, strikeout any sections below (from Base Proposal Schedule of Values) that are not to be included in Alternate Proposal Fixed Design/Build Price.

Proposal Form 7B - Proposed Fixed Design/Build Price Breakdown (Schedule of Values)

PROJECT COMPONENT/COST ELEMENT COST

Base Bid for AWWA D-115 Tank:Site Work $

Access $ Utilities $ Geotechnical $ Drainage $ Excavation, Fill, Backfill and Grading $ Tank Subgrade and Foundation $ Landscaping/Site restoration $ Site Security $ Yard Piping $ Yard Valves $ Air Release / Vacuum Valve Assembly with Access $ Cathodic Protection $ Stilling Basin $ Overflow Manhole $ Marker Posts $

Tank Appurtenances $Electrical $Concrete Water Tank:

Tendon-Prestressed Concrete Water Tank (AWWA D115) $Record Drawings $O&M Manuals $Pre-Start-up Inspection $Start-up and Commissioning $Other (Specify): _____________________________ $

Base Bid Subtotal $Alternate Bid for AWWA D-110 Tank:

Site Work $ Access $ Utilities $ Geotechnical $ Drainage $ Excavation, Fill, Backfill and Grading $ Tank Subgrade and Foundation $ Landscaping/Site restoration $ Site Security $ Yard Piping $ Yard Valves $ Air Release / Vacuum Valve Assembly with Access $ Cathodic Protection $ Stilling Basin $ Overflow Manhole $ Marker Posts $

Tank Appurtenances $Electrical $Concrete Water Tank:

Wire- and Strand-Wound, Circular, Prestressed Concrete Water Tank (AWWA D110)

$

Record Drawings $O&M Manuals $Pre-Start-up Inspection $Start-up and Commissioning $Other (Specify): _____________________________ $

Alternate Bid Subtotal $

Smoky Hill Storage Tank:

Page 7 of 10 Volume 1: Page 79 of 88

Water Infrastructure and Supply Efficiency (WISE) Design-Build (DB) Project

Alternate Proposal (1)(4)

NOTE to Proposers: If proposing an Alternate to the DB Project elements requested in the RFP, strikeout any sections below (from Base Proposal Schedule of Values) that are not to be included in Alternate Proposal Fixed Design/Build Price.

Proposal Form 7B - Proposed Fixed Design/Build Price Breakdown (Schedule of Values)

PROJECT COMPONENT/COST ELEMENT COST

Site: Excavation, Fill, Backfill and Grading $ Landscaping/Site restoration $ Connections to Existing Pipelines $ Piping $ Valves $ Flowmeter (Includes flowmeter, dismantling joint, reducers, associated piping, manhole/vault, upstream and downstream connections, and associated electrical and I&C)

$

Record Drawings $O&M Manuals $Pre-Start-up Inspection $Start-up and Commissioning $Other (Specify): _____________________________ $

Subtotal $

Quebec Pump Station Bypass:

Page 8 of 10 Volume 1: Page 80 of 88

Water Infrastructure and Supply Efficiency (WISE) Design-Build (DB) Project

Alternate Proposal (1)(4)

NOTE to Proposers: If proposing an Alternate to the DB Project elements requested in the RFP, strikeout any sections below (from Base Proposal Schedule of Values) that are not to be included in Alternate Proposal Fixed Design/Build Price.

Proposal Form 7B - Proposed Fixed Design/Build Price Breakdown (Schedule of Values)

PROJECT COMPONENT/COST ELEMENT COST

Design(5) $Construction:

Buried concrete vault $

Check Valve $ Flow meter $ Flow control valve $ Upstream connection to AW Zone 7 pipeline (36-inch steel pipe) $ Approximately 330 feet of pipe $ Downstream connection to State Land Board Line (36-inch steel pipe) $ Site Restoration $

Record Drawings $O&M Manuals $Staff Training (for Authority Participants) $Pre-Start-up Inspection $Start-up and Commissioning $Other (Specify): _____________________________ $

Subtotal $

Aurora Water Connection:

Page 9 of 10 Volume 1: Page 81 of 88

Water Infrastructure and Supply Efficiency (WISE) Design-Build (DB) Project

Alternate Proposal (1)(4)

NOTE to Proposers: If proposing an Alternate to the DB Project elements requested in the RFP, strikeout any sections below (from Base Proposal Schedule of Values) that are not to be included in Alternate Proposal Fixed Design/Build Price.

Proposal Form 7B - Proposed Fixed Design/Build Price Breakdown (Schedule of Values)

PROJECT COMPONENT/COST ELEMENT COST

Administrative $Required Design-Build Period Insurance $Performance and Payment Bonds $DB Warranty / Equipment Warranty (2 year) $Other (Specify): _____________________________ $

Subtotal $

$

Deduct for 1 year DB Warranty / Equipment Warranty: $

Notes:

1 - Include form in separate sealed price proposal.2 - The Alternate Proposal Fixed Design-Build Price shall be in current dollars (as of Proposal Submittal Date) and include all costs for Design-Build Work. 3 - Proposers shall include any applicable sales and other taxes relating to the performance of the Design-Build Work in their Fixed Design-Build Price.4 - Optional Alternate Proposal to present modification to Authority's project as presented in DB Contract Documents that meets Authority objectives.5 - Authority requests separate design cost for this project component in order for the Authority to provide supporting documentation for design cost allocations required for certain funding sources. Design cost allocations for each component shall be best estimates by the Design-Builder. See Supplementary Conditions for additional required documentation.

TOTAL PROPOSED FIXED DESIGN-BUILD PRICE(2)(3) - ALTERNATE PROPOSAL

Other Direct and Indirect Costs:

Page 10 of 10 Volume 1: Page 82 of 88

South Metro WISE Authority Page 19 of 24 Attachment 3 – Proposal Forms WISE Design/Build Project RFP October 31, 2014

Water Infrastructure and Supply Efficiency (WISE) Design-Build (DB) Project Proposal Form 8 - Key Personnel (Percentage of time estimates are based on 100 percent of the hours available over the entire phase, assuming 40 hours per week, minus time for vacations, sick leave, training, and professional societies and conferences as a basis.)

Name / Company / Location Title/Role in Project (1)

Percent Time Committed

Project Manager/Project Director

Design Manager (2)

Permitting Manager

Lead Project Engineers (2)

Construction Manager

Safety Manager

Quality Manager

Construction Superintendent

[Proposers may add additional Key Personnel]

Notes:

(1) Some variation in positions may occur due to differences in Proposers’ organization and position titles.

(2) Must be licensed in the state of Colorado.

Volume 1: Page 83 of 88

South Metro WISE Authority Page 20 of 24 Attachment 3 – Proposal Forms WISE Design/Build Project RFP October 31, 2014

Water Infrastructure and Supply Efficiency (WISE) Design/Build (DB) Project Proposal Form 9 - Participating Entities - Group List

All entities that will be significant participants in providing the contract services (the “Participating Entities”) are identified below. Such entities shall include, as applicable, (1) the Design/Builder (which may be a new company formed for the sole purpose of executing and performing the Design/Build Contract); (2) the entity that will design the DB Project; (3) the entity that will construct the DB Project; and (4) any other significant participant or subcontractor.

(1) The Design/Builder: __________________________________________________

(2) Design Entity: ______________________________________________________

(3) Construction Entity: __________________________________________________

(4) Other: ____________________________________________________________

Include a copy of Form 10 for each entity listed above. Each member of a joint venture should be listed separately.

______________________________ Name of Proposer ______________________________ Name of Authorized Signatory

______________________________

Signature ______________________________

Title

Volume 1: Page 84 of 88

South Metro WISE Authority Page 21 of 24 Attachment 3 – Proposal Forms WISE Design/Build Project RFP October 31, 2014

Water Infrastructure and Supply Efficiency (WISE) Design/Build (DB) Project Proposal Form 10 - Participating Entities - Individual Description (Complete Form 10 for each Participating Entity)

Entity Name: ________________________________________

Type of Entity: ________________________________________

Address: ________________________________________

________________________________________

________________________________________

Names of partners, officers and

Stockholders who own 10 percent

Or more of the shares: ________________________________________

________________________________________

________________________________________

________________________________________

________________________________________

Form of Business (Corporation,

Partnership, Joint Venture, Other): ________________________________________

________________________________________

________________________________________

________________________________________

________________________________________

State formed in (or to be formed in): ________________________________________

Volume 1: Page 85 of 88

South Metro WISE Authority Page 22 of 24 Attachment 3 – Proposal Forms WISE Design/Build Project RFP October 31, 2014

Contact Person(s): ________________________________________

Voice Telephone Number: ________________________________________

Fax Telephone Number: ________________________________________

e-Mail Address: ________________________________________

DB Project Role(s): ________________________________________

________________________________________

________________________________________

________________________________________

Attach a brief summary of the services and responsibilities of each Participating Entity, limited to one page or less in length for each entity.

Volume 1: Page 86 of 88

South Metro WISE Authority Page 23 of 24 Attachment 3 – Proposal Forms WISE Design/Build Project RFP October 31, 2014

Water Infrastructure and Supply Efficiency (WISE) Design/Build (DB) Project Proposal Form 11 - Financial Resources Data Company Name: _______________________________ DB Project Role: __________________________________

2011 2012 2013

A Operating Revenues

B Operating Expense (not including Depreciation and Amortization )

C Depreciation and Amortization

D Operating Income (A-B-C)

E Net Income

F Total Assets

G Current Assets

H Total Liabilities

I Current Liabilities

J Net Worth (Equity) (F-H)

K Market Price per Share (as of 12/31)

L No. of Outstanding Shares (as of 12/31)

Volume 1: Page 86 of 87

South Metro WISE Authority Page 24 of 24 Attachment 3 – Proposal Forms WISE Design/Build Project RFP October 31, 2014

Water Infrastructure and Supply Efficiency (WISE) Design/Build (DB) Project Proposal Form 12 - Change in Team Members

(To be completed by Proposer only after the short-listing, if applicable.) Proposed change in Team Member (s) ________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Reason for proposed change: ________________________________________________________________________________________________________________________________________________________________________________________________ ________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ ________________________________________________________________ WISE Authority Approval _______________________________________________

Volume 1: Page 86 of 86