REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

45
RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 1 of 45 REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING SERVICES WATER TREATMENT FACILITY DESIGN AND CONSTRUCTION FOR CAPITAL IMRPROVEMENTS The City of Fort Collins is requesting proposals from qualified consultants for design, construction management, engineering services, cathodic protection, and general plant operational/engineering services for work at or related to the Fort Collins Water Treatment Facility (WTF), including source of supply and storage facilities, and other WTF affiliated facilities. As part of the City’s commitment to Sustainable Purchasing, proposals submission via email is preferred. Proposals shall be submitted in a single Microsoft Word or PDF file under 20MB and e-mailed to: [email protected]. If electing to submit a hard copy proposal we require one (1) hard copy and one (1) electronic copy on a jump drive to be received at the City of Fort Collins' Purchasing Division, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. Proposals must be received before 3:00 p.m. (our clock) on December 17, 2018 and referenced as Proposal No. 8827. If delivered, they are to be sent to 215 North Mason Street, 2 nd Floor, Fort Collins, Colorado 80524. If mailed, the address is P.O. Box 580, Fort Collins, 80522-0580. Please note, additional time is required for bids mailed to the PO Box to be received at the Purchasing Office. The City encourages all Disadvantaged Business Enterprises (DBEs) to submit proposals in response to all requests for proposals. No individual or business will be discriminated against on the grounds of race, color, sex, or national origin. It is the City’s policy to create a level playing field on which DBEs can compete fairly and to ensure nondiscrimination in the award and administration of all contracts. All questions should be submitted, in writing via email, to Marisa Donegon, Buyer at [email protected], no later than 5:00 PM MST (our clock) on December 5, 2018. Please format your e-mail to include: RFP 8827 Consulting Engineering Services Water Treatment Facility Design and Construction Services for Capital Improvements in the subject line. Questions received after this deadline may not be answered. Responses to all questions submitted before the deadline will be addressed in an addendum and posted on the Rocky Mountain E-Purchasing System webpage. Rocky Mountain E-Purchasing System hosted by Bidnet A copy of the RFP may be obtained at http://www.bidnetdirect.com/colorado/city-of-fort-collins. This RFP has been posted utilizing the following Commodity Code(s): 91842 Engineering Consulting 91897 Utilities: Gas, Water, Electric Consulting 92533 Engineer Services, Professional 92596 Waste Water Treatment Engineering 92597 Water Supply, Treatment and Distribution/Engineering Financial Services Purchasing Division 215 N. Mason St. 2 nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov.com/purchasing

Transcript of REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

Page 1: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 1 of 45

REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING SERVICES WATER TREATMENT FACILITY DESIGN AND

CONSTRUCTION FOR CAPITAL IMRPROVEMENTS

The City of Fort Collins is requesting proposals from qualified consultants for design, construction management, engineering services, cathodic protection, and general plant operational/engineering services for work at or related to the Fort Collins Water Treatment Facility (WTF), including source of supply and storage facilities, and other WTF affiliated facilities.

As part of the City’s commitment to Sustainable Purchasing, proposals submission via email is preferred. Proposals shall be submitted in a single Microsoft Word or PDF file under 20MB and e-mailed to: [email protected]. If electing to submit a hard copy proposal we require one (1) hard copy and one (1) electronic copy on a jump drive to be received at the City of Fort Collins' Purchasing Division, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. Proposals must be received before 3:00 p.m. (our clock) on December 17, 2018 and referenced as Proposal No. 8827. If delivered, they are to be sent to 215 North Mason Street, 2nd Floor, Fort Collins, Colorado 80524. If mailed, the address is P.O. Box 580, Fort Collins, 80522-0580. Please note, additional time is required for bids mailed to the PO Box to be received at the Purchasing Office.

The City encourages all Disadvantaged Business Enterprises (DBEs) to submit proposals in response to all requests for proposals. No individual or business will be discriminated against on the grounds of race, color, sex, or national origin. It is the City’s policy to create a level playing field on which DBEs can compete fairly and to ensure nondiscrimination in the award and administration of all contracts.

All questions should be submitted, in writing via email, to Marisa Donegon, Buyer at [email protected], no later than 5:00 PM MST (our clock) on December 5, 2018. Please format your e-mail to include: RFP 8827 Consulting Engineering Services Water Treatment Facility Design and Construction Services for Capital Improvements in the subject line. Questions received after this deadline may not be answered. Responses to all questions submitted before the deadline will be addressed in an addendum and posted on the Rocky Mountain E-Purchasing System webpage.

Rocky Mountain E-Purchasing System hosted by Bidnet A copy of the RFP may be obtained at http://www.bidnetdirect.com/colorado/city-of-fort-collins.

This RFP has been posted utilizing the following Commodity Code(s): 91842 Engineering Consulting 91897 Utilities: Gas, Water, Electric Consulting 92533 Engineer Services, Professional 92596 Waste Water Treatment Engineering 92597 Water Supply, Treatment and Distribution/Engineering

Financial Services Purchasing Division 215 N. Mason St. 2nd Floor PO Box 580 Fort Collins, CO 80522

970.221.6775 970.221.6707 fcgov.com/purchasing

Page 2: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 2 of 45

Public Viewing Copy: The City is a governmental entity subject to the Colorado Open Records Act, C.R.S. §§ 24-72-200.1 et seq. (“CORA”). Any proposals submitted hereunder are subject to public disclosure by the City pursuant to CORA and City ordinances. Firms may submit one (1) additional complete proposal clearly marked “FOR PUBLIC VIEWING.” In this version of theproposal, the firm may redact text and/or data that it deems confidential or proprietary pursuantto CORA and such version must be clearly identified as “Confidential” or “Proprietary", asapplicable. Such statement does not necessarily exempt such documentation from publicdisclosure if required by CORA, by order of a court of appropriate jurisdiction, or otherapplicable law. Generally, under CORA trade secrets, confidential commercial and financialdata information is not required to be disclosed by the City. Proposals may not be marked“Confidential” or ‘Proprietary’ in their entirety. All provisions of any contract resulting fromthis request for proposal will be public information.

New Vendors: The City requires new Vendors receiving awards from the City to fill out and submit an IRS form W-9 and to register for Direct Deposit (Electronic) payment. If needed, the W-9 form and the Vendor Direct Deposit Authorization Form can be found on the City’sPurchasing website at www.fcgov.com/purchasing under Vendor Reference Documents. Pleasedo not submit with your proposal.

Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision-making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited.

Collusive or Sham Proposals: Any proposal deemed to be collusive or a sham proposal will be rejected and reported to authorities as such. Your authorized signature of this proposal assures that such proposal is genuine and is not a collusive or sham proposal.

The City of Fort Collins reserves the right to reject any and all proposals and to waive any irregularities or informalities.

Utilization of Award by Other Agencies: The City of Fort Collins reserves the right to allow other state and local governmental agencies, political subdivisions, and/or school districts to utilize the resulting award under all terms and conditions specified and upon agreement by all parties. Usage by any other entity shall not have a negative impact on the City of Fort Collins in the current term or in any future terms.

The selected Vendor shall be expected to sign the City’s standard Agreement prior to commencing Services (see sample attached to this Proposal).

Sincerely,

Gerry Paul Purchasing Director

Page 3: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 3 of 45

I. BACKGROUND & OBJECTIVE / OVERVIEW

A. ObjectiveThe City of Fort Collins (City) is requesting proposals from qualified consultants for design,construction management, engineering services, cathodic protection design andconstruction services, and general plant operational services for work at or related to theFort Collins Water Treatment Facility (WTF), including source of supply and storagefacilities, and other WTF affiliated facilities.

It is anticipated that the primary use of these engineering services will be in the areas ofwater process engineering (including but not limited to TOC studies, WTF Pilot Labexperiments and studies) and source of supply studies, capital improvements, waterdistribution and collection systems modeling, plant and facility replacement and minorcapital projects, engineering consulting services related to plant, source of supply, facilityoperations, electrical, instrumentation and controls, SCADA programming and integration,modeling or other general water and wastewater engineering services related to WaterTreatment operations.

II. SCOPE OF PROPOSAL

A. Scope of WorkThe following is a list of services to be provided. While it identifies several services needed, it may not be all inclusive of the scope required.

1. Perform water and wastewater modeling and master planning, updating of existingAutoCAD and GIS maps and schematics, updating and process engineering, for allwater treatment facilities. Work will support design, analysis, and update of new andexisting plant infrastructure and operations to assist in plant optimization and/ortroubleshooting.

2. Drawings will be AutoCAD (Version agreed to with City) generated, ink on mylar. "As-Constructed drawings" will be provided to the City on flash drive or other agreed mediaat the completion of each project. Consultant will provide "As-Constructed" stampedoriginal mylars at the completion of the project to become the property of the City of FortCollins Utilities (Utilities).

3. Prepare construction contract documents and technical specifications using CSI formatand City modified EJCDC General Conditions, standard front end documents. Drawingswill be AutoCAD (version 2014 or newer) generated. “As-Constructed drawings” will beprovided to the City on flash-drives/thumb drives at the completion of each project. Each“As-Constructed” drawing will be stamped original at the completion of each project,which will become the property of Utilities.

4. Identify all easements or properties required for any off-site construction projects andprepare all legal descriptions and exhibits needed by City staff for acquiring any and alleasements and/or properties. This task should include all required surveying.

5. All existing utilities and structures will be identified, located and shown horizontally andvertically in relationship to the proposed improvements, using GPS, including updatingthe WTF yard and utilities schematic as required.

Page 4: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 4 of 45

6. Prepare permit applications as required.

7. Provide resident engineering, construction administration, submittal review and fieldinspection services. Resident engineering duties must be performed with experiencedand qualified personnel approved by Utilities.

8. Provide all surveying required for the design of the project and baseline control forconstruction contractor use during construction.

9. Provide all subsurface investigation and other data collection required for design.

10. Provide geotechnical/geological services and structural engineering services required forthe design process, for testing during construction of the project and for rehabilitationand redesign of existing infrastructure (i.e. piping, tanks, buildings, etc.).

11. Provide detailed written monthly progress reports throughout the duration of the designand construction of all work. The progress reports will be part of the monthly billingsubmittal.

12. Provide committed team members to respond to WTF emergencies and engineeringissues in a timely manner. These team members will be considered a critical extensionof WTF staff.

The intent of the City is to award a contract to one or more qualified consultants to provide the services outlined in this RFP and such other related services which may be required at the City’s sole discretion. The selected consultant(s) may be retained by the City for up to five years.

Future projects may be related to water, stormwater and sanitary sewer pipelines, drainage channels, cathodic protection, subsurface storage, modeling, or any other required improvements, or studies, at the WTF or at facilities operated by the WTF staff (i.e. water storage reservoirs, raw/treated water facilities, pump stations and transmission facilities). Work will be on an as needed basis with the scope of work to be defined and contracts negotiated prior to any commencement of work.

B. Alternative Product Delivery System (APDS)Projects awarded under this contract will be managed utilizing the Utilities’ Alternative Product Delivery System (APDS). Experience with the APDS or a similar system of design and construction is critical. The selected Consultant will be part of a project team consisting of City staff, project construction contractor’s staff, and the engineering consultant’s staff. This team will work together from day one of the project conception (design phase) through the completion of construction. Each team member has significant involvement in the design and construction concepts which are utilized for the successful completion of utility projects. Participation by all team members throughout the project is expected and encouraged in order to create an atmosphere for innovation and to enhance project quality and value.

Page 5: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 5 of 45

C. Anticipated ScheduleThe following represents the City’s target schedule for the RFP. The City reserves the right to amend the target schedule at any time.

• RFP issuance: November 26, 2018

• Question deadline: 5:00 PM MST on December 5, 2018

• Proposal due date: 3:00 MST (our clock) on December 17, 2018

• Interviews: January 15 & 17, 2019

• Contract start date: February 25, 2019

D. InterviewsIn addition to submitting a written proposal, finalists may be interviewed by the RFPassessment team and asked to participate in an oral presentation to provide an overviewof the company and approach to future projects. The evaluation criteria for the oralinterviews will be the same as the criteria for the written evaluations and is included inSection IV.

E. Travel & ExpensesConsultants should include a current fee schedule. A fee schedule for sub-consultants, ifused, shall be included.

Consultants are to provide a list of fees for reimbursable expenses. Reasonable expenseswill be reimbursable as per the attached Fort Collins Expense guidelines.

F. Sub-consultantsConsultants will be responsible for identifying any sub-consultants in their proposal.Please note that the City will contract solely with the awarded Consultant; therefore, sub-consultants will be the responsibility of the Consultant.

G. Proposal FormatPlease limit the total length of your proposal, with the proposed project design and scope,to a maximum of twenty-five (25) double sided or fifty (50) single sided 8 ½ x 11” pages(excluding design figures, exhibits, plans, cover pages, table of contents, dividers andVendor Statement form). Font shall be a minimum of 10 Arial and margins are limited tono less than .5” for sides and top/bottom. Extended page sizes, such as 11” x 17”, countas a single page. Please, no embedded documents. Proposals that do not conform tothese requirements may be rejected.

H. Current standardsAll work and/or materials must meet current standards in force by recognized technicaland professional societies, trade and materials supply associations, institutes andorganizations, bureaus and testing laboratories, and national, federal, state, county, andlocal laws, codes and ordinances. All work shall be performed in accordance with ANSIZ133.1 A300 and applicable OSHA and AWWA Standards.

Page 6: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 6 of 45

In addition, the Fort Collins Water Treatment Facility Standard Operating Procedure and EMS Guide for Contractors and Vendors are to be adhered to. Lack of compliance with these two documents is grounds for cancellation of the purchase order/agreement.

I. Fees, Licenses, PermitsThe successful Consultant shall be responsible for obtaining any necessary licenses, feesor permits without additional expense to the City. All equipment shall be properly licensedand insured, carry the appropriate permits and be placarded as required by law.

J. Laws and RegulationsThe Consultant agrees to comply fully with all applicable local, State of Colorado andFederal laws and regulations and municipal ordinances.

K. Work OrdersThe awarded Consultant(s) will be expected to sign the City’s standard work order typeservices agreement, a sample of which is attached as Section VI for reference purposes.In the event that the City has agreements with multiple Consultants for the Work, the Cityreserves the right to choose which Consultants to contact regarding the project, unlessorder of preference has been established during the contracting process.

Individual work assignments will be requested and agreed to utilizing the City’s standardWork Order (included in the agreement). Each Work Order form must include a start andcompletion date, total cost and a general summary of work. Subsequent supportingdocumentation pages may include a project schedule, deliverables, hours, cost detailsupporting total cost, and personnel details. Fees outlined in the Work Order will conformwith those submitted in the RFP response and subsequently included in the contract.

No Work Order over $5,000 will be considered valid until signed, at a minimum, bythe Consultant, project manager and Purchasing Department representative.Depending on the cost and nature of the work, additional signature authorization may berequired. Any changes to the dates, cost or scope of any Work Order must be agreedupon in writing utilizing the City’s Change Order (included in the agreement) and will notbe considered valid until signed, at a minimum, by the Consultant, project manager andPurchasing Department representative.

L. Invoicing and PaymentInvoices should be emailed monthly to [email protected] with a copy to the ProjectManager. The cost of the work completed shall be paid to the Consultant each monthfollowing the submittal of a correct invoice by the Consultant indicating the project name,purchase order number, task description, hours worked, personnel/work type category,hourly rate for each employee/work type category, date of the work performed specific tothe task, percentage of that work that has been completed by task, 3rd party supportingdocumentation with the same detail and a brief progress report.

Payments will be made using the prices listed on the agreed-to Price Schedule. In theevent a service is requested which is not listed on the Price Schedule, the Consultant andthe City will negotiate an appropriate unit price for the service prior to Consultant initiatingsuch work.

The City pays invoices on Net 30 terms.

Page 7: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 7 of 45

III. PROPOSAL SUBMITTALFor this section, Consultants are required to provide detailed written responses to the followingitems in the order outlined below. The responses shall be considered technical offers of whatConsultants propose to provide and shall be incorporated in the contract award as deemedappropriate by the City. A proposal that does not include all the information required may bedeemed non-responsive and subject to rejection.

Responses must include all the items in the order listed below. It is suggested that theConsultants include each of the City’s questions with their response immediately following thequestion.

The City of Fort Collins shall not reimburse any firm for costs incurred in the preparation andpresentation of their proposal.

A. Cover Letter / Executive SummaryThe Executive Summary should highlight the content of the proposal and features of theprogram offered, including the proposed project design as noted above, a generaldescription of the program and any unique aspects or benefits provided by your firm.

Indicate your availability to participate in the interviews/demonstrations on the proposeddates as stated in the Schedule section.

B. Consultants Information1. Describe the Consultant’s business and background.2. Number of years in the business.3. Details about ownership.4. An overview of services offered and qualifications.5. Size of the firm.6. Location(s) of offices. If multiple, please identify which will be the primary for our

account.7. Primary contact information for the company including contact name(s) and title(s),

mailing address(s), phone number(s), and email address(s). Complete Section V,Vendor Statement.

C. Project Proposal for Gravity Thickener and Thickened Sludge Pump Station

A Solids Waste Study was previously conducted at the WTF, during which a GravityThickener and Thickened Sludge Pump Station (see design criteria in Exhibit A) wasrecommended and identified to handle the increasing and future needs for solidshandling. The Solids Waste Study document is available in the solicitation posting onwww.bidnetdirect.com.

Engineering services will require at a minimum: site civil, permitting, electrical, interiorpiping, SCADA, landscaping, and architectural as well as cost estimating/budget fordesign, procurement, and construction. Firms are welcome to propose differentalternatives and/or technologies based on their review of the Gravity Thickener criteriaand WTF Solids Study report.

In your response to this proposal, please provide the following:1. Provide a detailed scope of work and engineering cost estimate. Include a detailed

cost break down of hourly rates, proposed number of hours assigned to each worktask for all personnel and all sub consultants.

Page 8: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 8 of 45

2. Provide a detailed scope of work for construction management services and full-timeresident engineer. Submit proposed staff, rates, experience and approach toproviding these services.

3. Include a summary of Consultant’s assumptions in outlining the tasks proposed andthe completion of the project from analysis through construction management.

4. Provide an outline of the schedule for completing tasks.

D. Firm CapabilityProvide relevant information regarding previous experience related to this or similarProjects, to include the following:

1. Provide an Organization Chart/Proposed Project Team: An organization chartcontaining the names of all key personnel and sub consultants with titles and theirspecific task assignment for this Agreement shall be provided in this section.

2. A list of qualifications for your firm and experience of the specific staff membersproposed to perform consulting services for the design and construction of the WTF,including process engineering assistance.

3. Provide a list of large scale Water Treatment Facility and water source of supplyprojects completed in the last five years by the key members of the proposed team towork on WTF projects. This is a critical portion of the proposal to be evaluated inorder to help in the selection of the firm that can provide a variety of services to theWTF during the term of this contract.

4. Detail experience your proposed team has with the APDS process or other similarinnovative design and construction processes.

5. Detail recent experience your firm and proposed design and constructionmanagement team has in using formal partnering processes on similar design andconstruction projects.

6. Provide examples of at least two projects where you’ve worked with your sub-consultants. List the sub-consultant firm(s) for this Agreement, their area(s) ofexpertise, and include all other applicable information herein requested for each sub-consultant. Identify what portion of work, if any, may be sub-contracted.

7. References (current contact name, current telephone number and email address)from at least three similar projects with similar requirements that have beencompleted within the past five (5) years and that have involved the staff proposed towork on this project. As part of the reference check process, the City may choose tovisit one or more of the referenced projects and/or request a copy of the plans andproject documentation. Provide detail about each project including a description,original cost, final cost, change order details, original completion date, finalcompletion date, was APDS used and results of using it.The Consultant authorizes the City to verify any and all information contained in theConsultant’s submittal from references contained herein and hereby releases allthose concerned providing information as a reference from any liability in connectionwith any information they give.

8. Describe how your firm can assist the WTF with resiliency.

E. Assigned Personnel1. List of Project Personnel: This list should include the identification of the contact

person with primary responsibility for this Agreement, the personnel proposed for thisAgreement, and any supervisory personnel, including partners and/or sub-consultants, and their individual areas of responsibility.

Page 9: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 9 of 45

2. A resume for each professional and technical person assigned to the Agreement,including partners and/or sub-consultants, shall be submitted. Please limit resumesto one-half page.

3. Some functions of this project may require the use of sub-consultants. If you intendto utilize sub-consultants you must list each and provide resumes for their keypersonnel.

4. Provide a list of similar projects completed in the last five (5) years by the keymembers of the proposed team.

F. Availability1. Describe the methods and timeline of communication your firm will use with the

City’s Project Manager and other parties.2. Describe the availability of project personnel to participate in upcoming projects in

the context of the consultant firm’s other commitments.

G. Sustainability/TBL MethodologyIn concise terms (no more than two pages), please describe how your organization strivesto be sustainable. Address how your firm incorporates Triple Bottom Line (TBL) into theworkplace. See Section IV: Review and Assessment for additional information.

If possible, please highlight areas of opportunity in upcoming projects where sustainabilitycould be applied and/or improved.

H. Rates and Expenses1. Schedule of Rates: Provide a schedule of billing rates by category of employee and

job title to be used during the term of the Agreement. This fee schedule will be firmfor at least one (1) year from the date of the Agreement. The fee schedule will beused as a basis for determining fees should additional services be necessary.A fee schedule for sub-consultants, if used, shall be included.

2. All direct costs (i.e., travel, printing, postage, etc.) specifically attributed to theproject and not included in the billing rates must be identified. Travel expenses maybe reimbursable as per the attached Fort Collins Expense Guidelines. Consultantwill be required to provide original receipts to the City for all travel expenses.

I. Additional InformationProvide any information that distinguishes Consultant from its competition and anyadditional information applicable to this RFP that might be valuable in assessingConsultant’s proposal.

Explain any concerns Consultant may have in maintaining objectivity in recommendingthe best solution. All potential conflicts of interest must be disclosed.

Exceptions to the Scope of Work and City Agreement (a sample of which is attachedin Section VI) shall be documented.

Page 10: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 10 of 45

IV. REVIEW AND ASSESSMENT CRITERIA

A. Proposal and Interview CriteriaConsultants will be evaluated on the following criteria. These criteria will be the basis forreview and assessment of the written proposals and optional interview session. At thediscretion of the City, interviews of the top-rated Consultants may be conducted.

The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating,and 5 being an outstanding rating.

WEIGHTING FACTOR QUALIFICATION STANDARD

2.0 Scope of Proposal

Does the proposal address all elements of the RFP? Does the proposal show an understanding of the project objectives, methodology to be used and results/outcomes required by the project? Are there any exceptions to the specifications, Scope of Work, or agreement?

2.0 Firm Capability

Does the firm have the resources, financial strength, capacity and support capabilities required to successfully complete the project on-time and in-budget? Has the firm successfully completed previous projects of this type and scope?

3.0 Assigned Personnel

Do the persons who will be working on the project have the necessary skills and qualifications? Are sufficient people of the requisite skills and qualifications assigned to the project?

0.5 Availability

Can the work be completed in the necessary time? Can the target start and completion dates be met? Are other qualified personnel available to assist in meeting the project schedule if required? Is the project team available to attend meetings as required by the Scope of Work?

0.5 Sustainability/TBL Methodology

Does the firm demonstrate a commitment to Sustainability and incorporate Triple Bottom Line methodology in both their Scope of Work for the project, and their day-to-day business operating processes and procedures?

2.0 Rates & Expenses How do hourly rates compare with the market? What expenses is the firm charging for? Is there a mark-up on subs?

2.0 Project Proposal for Gravity Thickener and Thickened

Does the proposal’s Scope include detailed tasks for each element as applicable and are the assumptions reasonable? Does the proposal include detailed cost break-down for each cost

Page 11: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 11 of 45

Sludge Pump Station

element as applicable? Do the proposed cost and work hours compare favorably with the Project Manager's estimate? Are the work hours presented reasonable for the effort required by each project task or phase?

Definitions Sustainable Purchasing is a process for selecting products or services that have a lesser or reduced negative effect on human health and the environment when compared with competing products or services that serve the same purpose. This process is also known as “Environmentally Preferable Purchasing” (EPP), or “Green Purchasing”.

The Triple Bottom Line (TBL) is an accounting framework that incorporates three dimensions of performance: economic, or financial; environmental, and social. The generally accepted definition for TBL is that it “captures the essence of sustainability by measuring the impact of an organization’s activities on the world…including both its profitability and shareholders values and its social, human, and environmental capital.”

B. Reference Evaluation CriteriaPrior to award, the Project Manager will check references using the following criteria.Negative responses from references may impact the award determination.

CRITERIA STANDARD QUESTIONS

Overall Performance Would you hire this Professional again? Did they show the skills required by this project?

Timetable Was the original Scope of Work completed within the specified time? Were interim deadlines met in a timely manner?

Completeness Was the Professional responsive to client needs; did the Professional anticipate problems? Were problems solved quickly and effectively?

Budget Was the original Scope of Work completed within the project budget?

Job Knowledge

If a study, did it meet the Scope of Work? If Professional administered a construction contract, was the project functional upon completion and did it operate properly? Were problems corrected quickly and effectively?

Page 12: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 12 of 45

V. VENDOR STATEMENTVendor hereby acknowledges receipt of the City of Fort Collins Request for Proposal andacknowledges that it has read and agrees to be fully bound by all of the terms, conditions andother provisions set forth in the RFP. Additionally, Vendor hereby makes the followingrepresentations to City:

a. All of the statements and representations made in this proposal are true to the best of theVendor’s knowledge and belief.

b. Vendor commits that it is able to meet the terms provided in this proposal.

c. This proposal is a firm and binding offer, for a period of 90 days from the date hereof.

d. Vendor further agrees that the method of award is acceptable.

e. Vendor also agrees to complete the proposed Agreement with the City of Fort Collinswithin 30 days of notice of award. If contract is not completed and signed within 30 days,City reserves the right to cancel and award to the next highest rated firm.

f. Vendor acknowledge receipt of addenda.

Firm Name:

Physical Address:

Remit to Address:

Phone:

Name of Authorized Agent of Firm:

Signature of Authorized Agent:

Primary Contact for Project:

Title: Email Address:

Phone: Cell Phone:

NOTE: VENDOR STATEMENT IS TO BE SIGNED & RETURNED WITH YOUR PROPOSAL.

Page 13: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

Official Purchasing Document Last updated 10/2017

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 13 of 45

VI. SAMPLE AGREEMENT (FOR REFERENCE ONLY – DO NOT SIGN )PROFESSIONAL SERVICES AGREEMENT

WORK ORDER

THIS AGREEMENT made and entered into the day and year set forth below, by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and , hereinafter referred to as the "Professional".

WITNESSETH:

In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows:

1. Scope of Services. The Professional agrees to provide services in accordance with anyproject Work Orders for RFP issued by the City. A blank sample of a work order is attachedhereto as Exhibit A, consisting of one (1) page and is incorporated herein by this reference.No Work Order shall exceed $ . A general scope of services is attached hereto asExhibit C, consisting of ( ) page(s) and is incorporated herein by this reference.The City reserves the right to independently bid any project rather than issuing a Work Orderto the Professional for the same pursuant to this Agreement. Irrespective of references inExhibit A to certain named third parties, the Professional shall be solely responsible forperformance of all duties hereunder. The term “Work” as used in this Agreement shallinclude the services and deliverables contained in Exhibit A and any Work Orders issued bythe City.

The City may, at any time during the term of a particular Work Order and withoutinvalidating such Work Order, make changes to the scope of the particular services. Suchchanges shall be agreed upon in writing by the parties by Change Order, a sample ofwhich is attached hereto as Exhibit B, consisting of one (1) page and incorporated hereinby this reference.

2. The Work Schedule. The services to be performed pursuant to this Agreement shall beperformed in accordance with the Work Schedule stated on each Work Order.

3. Time of Commencement and Completion of Services. The services to be performedpursuant to this Agreement shall be initiated as specified on each Work Order. Time is ofthe essence. Any extensions of any time limit must be agreed upon in writing by the partieshereto.

4. Contract Period. This Agreement shall commence , 20 , and shall continue infull force and effect until , 20 , unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for additional one year periods not to exceed ( ) additional one year periods. Renewals and pricing changes shall be negotiated by and agreed to by both parties. Written notice of renewal

Page 14: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

Official Purchasing Document Last updated 10/2017

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 14 of 45

shall be provided to the Professional and mailed no later than thirty (30) days prior to contract end.

5. Early Termination by City. Notwithstanding the time periods contained herein, the City mayterminate this Agreement at any time without cause by providing written notice of terminationto the Professional. Such notice shall be delivered at least fifteen (15) days prior to thetermination date contained in said notice unless otherwise agreed in writing by the parties.

All notices provided under this Agreement shall be effective when mailed, postage prepaidand sent to the following addresses:

Professional: City: Copy to:

Attn: City of Fort Collins Attn: PO Box 580 Fort Collins, CO 80522

City of Fort Collins Attn: Purchasing Dept. PO Box 580 Fort Collins, CO 80522

In the event of any such early termination by the City, the Professional shall be paid for services rendered prior to the date of termination, subject only to the satisfactory performance of the Professional's obligations under this Agreement. Such payment shall be the Professional's sole right and remedy for such termination.

6. Design, Project Indemnity and Insurance Responsibility. The Professional shall beresponsible for the professional quality, technical accuracy, timely completion and thecoordination of all services rendered by the Professional, including but not limited to designs,plans, reports, specifications, and drawings and shall, without additional compensation,promptly remedy and correct any errors, omissions, or other deficiencies. The Professionalshall indemnify, save and hold harmless the City, its officers and employees in accordancewith Colorado law, from all damages whatsoever claimed by third parties against the City;and for the City's costs and reasonable attorney’s fees, arising directly or indirectly out ofthe Professional's negligent performance of any of the services furnished under thisAgreement. The Professional shall maintain insurance in accordance with Exhibit ,consisting of one (1) page, attached hereto and incorporated herein.

7. Compensation. [Use this paragraph or Option 1 below.] In consideration of the servicesto be performed pursuant to this Agreement, the City agrees to pay the Professional a fixedfee in the amount of ($ ) plus reimbursable direct costs. All such fees and costsshall not exceed ($ ), in accordance with Exhibit , consisting of( ) page(s), attached hereto and incorporated herein. Monthly partial payments basedupon the Professional's billings and itemized statements are permissible. The amounts ofall such partial payments shall be based upon the Professional's City-verified progress incompleting the services to be performed pursuant hereto and upon the City's approval ofthe Professional's actual reimbursable expenses. Final payment shall be made followingacceptance of the Work by the City. Upon final payment, all designs, plans, reports,specifications, drawings, and other services rendered by the Professional shall become the

Page 15: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

Official Purchasing Document Last updated 10/2017

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 15 of 45

sole property of the City.

8. Compensation. [Option 1] In consideration of the services to be performed pursuant to thisAgreement, the City agrees to pay Professional on a time and reimbursable direct cost basisin accordance with Exhibit “ ”, consisting of ( ) page , attachedhereto and incorporated herein, with maximum compensation (for both Professional's timeand reimbursable direct costs) not to exceed ($ ). Monthly partial paymentsbased upon the Professional's billings and itemized statements of reimbursable direct costsare permissible. The amounts of all such partial payments shall be based upon theProfessional's City-verified progress in completing the services to be performed pursuanthereto and upon the City's approval of the Professional's reimbursable direct costs. Finalpayment shall be made following acceptance of the work by the City. Upon final payment,all designs, plans, reports, specifications, drawings and other services rendered by theProfessional shall become the sole property of the City.

9. License. Upon execution of this Agreement, the Professional grants to the City anirrevocable license to use any and all sketches, drawings, specifications, designs,blueprints, data files, calculations, studies, analysis, renderings, models and other WorkOrder deliverables (the “Instruments of Service”), in any form whatsoever and in anymedium expressed, for purposes of constructing, using, maintaining, altering and adding tothe project, provided that the City substantially performs its obligations under theAgreement. The license granted hereunder permits the City and third parties reasonablyauthorized by the City to reproduce applicable portions of the Instruments of Service for usein performing services or construction for the project. In addition, the license grantedhereunder shall permit the City and third parties reasonably authorized by the City toreproduce and utilize the Instruments of Service for similar projects, provided however, insuch event the Professional shall not be held responsible for the design to the extent theCity deviates from the Instruments of Service. This license shall survive termination of theAgreement by default or otherwise.

10. City Representative. The City will designate, prior to commencement of the Work, its projectrepresentative who shall make, within the scope of his or her authority, all necessary andproper decisions with reference to the project. All requests for contract interpretations,change orders, and other clarification or instruction shall be directed to the CityRepresentative.

11. Project Drawings. Upon request and before final payment, the Professional shall providethe City with reproducible drawings of the project containing accurate information on theproject as constructed. Drawings shall be of archival quality, prepared on stable mylar basematerial using a non-fading process to provide for long storage and high qualityreproduction. "CD" disc of the as-built drawings shall also be submitted to the owner in andAutoCAD version no older then the established City standard. The Professionalacknowledges the City is a governmental entity subject to the Colorado Open Records Act,C.R.S. §§ 24-72-200.1, et seq. (the “CORA”), and documents in the City’s possession maybe considered public records subject to disclosure under the CORA.

Page 16: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

Official Purchasing Document Last updated 10/2017

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 16 of 45

12. Monthly Report. Commencing thirty (30) days after the date of execution of this Agreementand every thirty (30) days thereafter, the Professional is required to provide the CityRepresentative with a written report of the status of the Work with respect to the Scope ofServices, Work Schedule, and other material information. Failure to provide any requiredmonthly report may, at the option of the City, suspend the processing of any partial paymentrequest.

13. Independent Contractor. The services to be performed by the Professional are those of anindependent contractor and not of an employee of the City of Fort Collins. The City shallnot be responsible for withholding any portion of the Professional's compensation hereunderfor the payment of FICA, Workers' Compensation, other taxes or benefits or for any otherpurpose.

14. Subcontractors. The Professional may not subcontract any of the Work set forth in theExhibit A, Statement of Work without the prior written consent of the city, which shall not beunreasonably withheld. If any of the Work is subcontracted hereunder (with the consent ofthe City), then the following provisions shall apply: (a) the subcontractor must be a reputable,qualified firm with an established record of successful performance in its respective tradeperforming identical or substantially similar work, (b) the subcontractor will be required tocomply with all applicable terms of this Agreement, (c) the subcontract will not create anycontractual relationship between any such subcontractor and the City, nor will it obligate theCity to pay or see to the payment of any subcontractor, and (d) the Work of the subcontractorwill be subject to inspection by the City to the same extent as the Work of the Professional.

The Professional shall require all subcontractors performing Work hereunder to maintaininsurance coverage naming the City as an additional insured under this Agreement of thetype and with the limits specified within Exhibit , consisting of one (1) page attachedhereto and incorporated herein by this reference. The Professional shall maintain a copy ofeach subcontract’s certificate evidencing the required insurance. Upon request, theProfessional shall promptly provide the City with a copy of such certificate(s).

15. Personal Services. It is understood that the City enters into this Agreement based on thespecial abilities of the Professional and that this Agreement shall be considered as anagreement for personal services. Accordingly, the Professional shall neither assign anyresponsibilities nor delegate any duties arising under this Agreement without the prior writtenconsent of the City.

16. Acceptance Not Waiver. The City's approval of drawings, designs, plans, specifications,reports, and incidental work or materials furnished hereunder shall not in any way relievethe Professional of responsibility for the quality or technical accuracy of the Wtork. TheCity's approval or acceptance of, or payment for, any of the services shall not be construedto operate as a waiver of any rights or benefits provided to the City under this Agreement.

17. Default. Each and every term and condition hereof shall be deemed to be a material elementof this Agreement. In the event either party should fail or refuse to perform according to the

Page 17: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

Official Purchasing Document Last updated 10/2017

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 17 of 45

terms of this Agreement, such party may be declared in default.

18. Remedies. In the event a party has been declared in default, such defaulting party shall beallowed a period of ten (10) days within which to cure said default. In the event the defaultremains uncorrected, the party declaring default may elect to (a) terminate the Agreementand seek damages; (b) treat the Agreement as continuing and require specific performance;or (c) avail himself of any other remedy at law or equity. If the non-defaulting partycommences legal or equitable actions against the defaulting party, the defaulting party shallbe liable to the non-defaulting party for the non-defaulting party's reasonable attorney feesand costs incurred because of the default.

19. Binding Effect. This writing, together with the exhibits hereto, constitutes the entireAgreement between the parties and shall be binding upon said parties, their officers,employees, agents and assigns and shall inure to the benefit of the respective survivors,heirs, personal representatives, successors and assigns of said parties.

20. Law/Severability. The laws of the State of Colorado shall govern the construction,interpretation, execution and enforcement of this Agreement. In the event any provision ofthis Agreement shall be held invalid or unenforceable by any court of competent jurisdiction,such holding shall not invalidate or render unenforceable any other provision of thisAgreement.

21. Prohibition Against Employing Illegal Aliens. Pursuant to Section 8-17.5-101, C.R.S., et.seq., the Professional represents and agrees that:

a. As of the date of this Agreement:

1. The Professional does not knowingly employ or contract with an illegal alien whowill perform work under this Agreement; and

2. The Professional will participate in either the e-Verify program created in PublicLaw 208, 104th Congress, as amended, and expanded in Public Law 156, 108thCongress, as amended, administered by the United States Department ofHomeland Security (the “e-Verify Program”) or the Department Program (the“Department Program”), an employment verification program established pursuantto Section 8-17.5-102(5)(c) C.R.S. in order to confirm the employment eligibility ofall newly hired employees to perform work under this Agreement.

b. The Professional shall not knowingly employ or contract with an illegal alien to performwork under this Agreement or knowingly enter into a contract with a subcontractor thatknowingly employs or contracts with an illegal alien to perform work under thisAgreement.

c. The Professional is prohibited from using the e-Verify Program or Department Programprocedures to undertake pre-employment screening of job applicants while thisAgreement is being performed.

Page 18: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

Official Purchasing Document Last updated 10/2017

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 18 of 45

d. If the Professional obtains actual knowledge that a subcontractor performing workunder this Agreement knowingly employs or contracts with an illegal alien, theProfessional shall:

1. Notify such subcontractor and the City within three days that the Professional hasactual knowledge that the subcontractor is employing or contracting with an illegalalien; and

2. Terminate the subcontract with the subcontractor if within three days of receivingthe notice required pursuant to this section the subcontractor does not ceaseemploying or contracting with the illegal alien; except that the Professional shall notterminate the contract with the subcontractor if during such three days thesubcontractor provides information to establish that the subcontractor has notknowingly employed or contracted with an illegal alien.

e. The Professional shall comply with any reasonable request by the ColoradoDepartment of Labor and Employment (the “Department”) made in the course of aninvestigation that the Department undertakes or is undertaking pursuant to theauthority established in Subsection 8-17.5-102 (5), C.R.S.

f. If the Professional violates any provision of this Agreement pertaining to the dutiesimposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement. Ifthis Agreement is so terminated, the Professional shall be liable for actual andconsequential damages to the City arising out of the Professional’s violation ofSubsection 8-17.5-102, C.R.S.

g. The City will notify the Office of the Secretary of State if the Professional violates thisprovision of this Agreement and the City terminates the Agreement for such breach.

22. Special Provisions. Special provisions or conditions relating to the services to be performedpursuant to this Agreement are set forth in Exhibit - Confidentiality, consisting of one(1) page, attached hereto and incorporated herein by this reference.

Page 19: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

Official Purchasing Document Last updated 10/2017

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 19 of 45

THE CITY OF FORT COLLINS, COLORADO

By: Gerry Paul Purchasing Director

DATE:

ATTEST:

APPROVED AS TO FORM:

PROFESSIONAL'S NAME

By:

Printed:

Title: CORPORATE PRESIDENT OR VICE PRESIDENT

Date:

Page 20: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

Official Purchasing Document Last updated 10/2017

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 20 of 45

EXHIBIT A WORK ORDER FORM

PURSUANT TO A MASTER AGREEMENT BETWEEN THE CITY OF FORT COLLINS

AND PROFESSIONAL'S NAME

WORK ORDER NUMBER: PM's Tracking #

PROJECT TITLE:

ORIGINAL BID/RFP NUMBER & NAME:

MASTER AGREEMENT EFFECTIVE DATE: Original Contract Date

ARCHITECT/ENGINEER: If using a 3rd party architect/engineer or City PM/Engineer

OWNER’S REPRESENTATIVE: City PM

WORK ORDER COMMENCEMENT DATE:

WORK ORDER COMPLETION DATE:

MAXIMUM FEE: (time and reimbursable direct costs):

PROJECT DESCRIPTION/SCOPE OF SERVICES:

Professional agrees to perform the services identified above and on the attached forms in accordance with the terms and conditions contained herein and in the Master Agreement between the parties. In the event of a conflict between or ambiguity in the terms of the Master Agreement and this Work Order (including the attached forms) the Master Agreement shall control.

The attached forms consisting of ( ) pages are hereby accepted and incorporated herein, by this reference, and Notice to Proceed is hereby given after all parties have signed this document.

PROFESSIONAL: Professional's Name

By: Date:

Name: Title:

Page 21: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

Official Purchasing Document Last updated 10/2017

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 21 of 45

OWNER’S ACCEPTANCE & EXECUTION: This Work Order and the attached Contract Documents are hereby accepted and incorporated herein by this reference.

ACCEPTANCE: Date: Name, Project Manager

REVIEWED: Date: Name, Buyer or Senior Buyer

APPROVED AS TO FORM: Date: Name,City Attorney's Title (if greater than $1,000,000)

ACCEPTANCE: Date: Name, Title

ACCEPTANCE: Date: Name, Title

ACCEPTANCE: Date: Kevin Gertig, Utilities Executive Director (if greater than $1,000,000)

ACCEPTANCE: Date: Gerry Paul, Purchasing Director (if greater than $60,000)

ACCEPTANCE: Date: Darin Atteberry, City Manager (if greater than $1,000,000)

ATTEST: Date: City Clerk (if greater than $1,000,000)

Page 22: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

Official Purchasing Document Last updated 10/2017

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 22 of 45

EXHIBIT B CHANGE ORDER

NO.

PROJECT TITLE:

PROFESSIONAL: Company Name

WORK ORDER NUMBER:

PO NUMBER:

DESCRIPTION:

1. Reason for Change: Why is the change required?

2. Description of Change: Provide details of the changes to the Work

3. Change in Work Order Price:

4. Change in Work Order Time:

ORIGINAL WORK ORDER PRICE $ .00

TOTAL APPROVED CHANGE ORDER .00

TOTAL PENDING CHANGE ORDER .00

TOTAL THIS CHANGE ORDER .00

TOTAL % OF THIS CHANGE ORDER %

TOTAL C.O.% OF ORIGINAL WORK ORDER %

ADJUSTED WORK ORDER COST $ .00

PROFESSIONAL: Company Name

By: Date:

Name: Title:

ACCEPTANCE: Date: Name, Project Manager

REVIEWED: Date: Name, Buyer or Senior Buyer

ACCEPTANCE: Date: Name, Title

ACCEPTANCE: Date: Gerry Paul, Purchasing Director (if greater than $60,000)

Page 23: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

Official Purchasing Document Last updated 10/2017

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 23 of 45

EXHIBIT C GENERAL SCOPE OF SERVICES

Page 24: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

Official Purchasing Document Last updated 10/2017

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 24 of 45

EXHIBIT (BID SCHEDULE/COMPENSATION)

Page 25: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

Official Purchasing Document Last updated 10/2017

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 25 of 45

EXHIBIT INSURANCE REQUIREMENTS

1. The Professional will provide, from insurance companies acceptable to the City, theinsurance coverage designated hereinafter and pay all costs. Before commencing workunder this bid, the Professional shall furnish the City with certificates of insuranceshowing the type, amount, class of operations covered, effective dates and date ofexpiration of policies, and containing substantially the following statement:

“The insurance evidenced by this Certificate will not reduce coverage or limits and will not be cancelled, except after thirty (30) days written notice has been received by the City of Fort Collins.”

In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out and maintain, at the expense of the Professional, such insurance as the City may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Professional under this Agreement. The City, its officers, agents and employees shall be named as additional insureds on the Professional 's general liability and automobile liability insurance policies for any claims arising out of work performed under this Agreement.

2. Insurance coverages shall be as follows:

A. Workers' Compensation & Employer's Liability. The Professional shall maintainduring the life of this Agreement for all of the Professional's employees engaged inwork performed under this Agreement:

1. Workers' Compensation insurance with statutory limits as required byColorado law.

2. Employer's Liability insurance with limits of $100,000 per accident,$500,000 disease aggregate, and $100,000 disease each employee.

B. Commercial General & Vehicle Liability. The Professional shall maintain during thelife of this Agreement such commercial general liability and automobile liabilityinsurance as will provide coverage for damage claims of personal injury, includingaccidental death, as well as for claims for property damage, which may arisedirectly or indirectly from the performance of work under this Agreement.Coverage for property damage shall be on a "broad form" basis. The amount ofinsurance for each coverage, Commercial General and Vehicle, shall not be lessthan $1,000,000 combined single limits for bodily injury and property damage.

In the event any work is performed by a subcontractor, the Professional shall beresponsible for any liability directly or indirectly arising out of the work performedunder this Agreement by a subcontractor, which liability is not covered by thesubcontractor's insurance.

C. Errors & Omissions. The Professional shall maintain errors and omissionsinsurance in the amount of $1,000,000.

Page 26: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

Official Purchasing Document Last updated 10/2017

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 26 of 45

EXHIBIT CONFIDENTIALITY

IN CONNECTION WITH THE SERVICES to be provided by Professional under this Agreement, the parties agree to comply with reasonable policies and procedures with regard to the exchange and handling of confidential information and other sensitive materials between the parties, as set forth below.

1. Definitions.For purposes of this Agreement, the party who owns the confidential information and isdisclosing same shall be referenced as the “Disclosing Party.” The party receiving theDisclosing Party’s confidential information shall be referenced as the “Receiving Party.”

2. Confidential Information.Confidential Information controlled by this Agreement refers to information which is notpublic and/or is proprietary and includes by way of example, but without limitation, Citycustomer information, utility data, service billing records, customer equipment information,location information, network security system, business plans, formulae, processes,intellectual property, trade secrets, designs, photographs, plans, drawings, schematics,methods, specifications, samples, reports, mechanical and electronic design drawings,customer lists, financial information, studies, findings, inventions, and ideas.

To the extent practical, Confidential Information shall be marked “Confidential” or“Proprietary.” Nevertheless, Professional shall treat as Confidential Information all customeridentifiable information in any form, whether or not bearing a mark of confidentiality orotherwise requested by the City, including but not limited to account, address, billing,consumption, contact and other customer data. In the case of disclosure in non-documentary form of non-customer identifiable information, made orally or by visualinspection, the Disclosing Party shall have the right, or, if requested by the Receiving Party,the obligation to confirm in writing the fact and general nature of each disclosure within areasonable time after it is made in order that it is treated as Confidential Information. Anyinformation disclosed to the other party prior to the execution of this Agreement and relatedto the services for which Professional has been engaged shall be considered in the samemanner and be subject to the same treatment as the information disclosed after theexecution of this Agreement with regard to protecting it as Confidential Information.

3. Use of Confidential Information.Receiving Party hereby agrees that it shall use the Confidential Information solely for thepurpose of performing its obligations under this Agreement and not in any way detrimentalto Disclosing Party. Receiving Party agrees to use the same degree of care Receiving Partyuses with respect to its own proprietary or confidential information, which in any event shallresult in a reasonable standard of care to prevent unauthorized use or disclosure of theConfidential Information. Except as otherwise provided herein, Receiving Party shall keepconfidential and not disclose the Confidential Information. The City and Professional shallcause each of their directors, officers, employees, agents, representatives, andsubcontractors to become familiar with, and abide by, the terms of this section, which shallsurvive this Agreement as an on-going obligation of the Parties.

Professional shall not use such information to obtain any economic or other benefit for itself,or any third party, other than in the performance of obligations under this Agreement.

Page 27: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

Official Purchasing Document Last updated 10/2017

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 27 of 45

4. Exclusions from Definition.The term “Confidential Information” as used herein does not include any data or informationwhich is already known to the Receiving Party or which before being divulged by theDisclosing Party (1) was generally known to the public through no wrongful act of theReceiving Party; (2) has been rightfully received by the Receiving Party from a third partywithout restriction on disclosure and without, to the knowledge of the Receiving Party, abreach of an obligation of confidentiality; (3) has been approved for release by a writtenauthorization by the other party hereto; or (4) has been disclosed pursuant to a requirementof a governmental agency or by operation of law.

5. Required Disclosure.If the Receiving Party is required (by interrogatories, requests for information or documents,subpoena, civil investigative demand or similar process, or by federal, state, or local law,including without limitation, the Colorado Open Records Act) to disclose any ConfidentialInformation, the Parties agree the Receiving Party will provide the Disclosing Party withprompt notice of such request, so the Disclosing Party may seek an appropriate protectiveorder or waive the Receiving Party’s compliance with this Agreement.

The Receiving Party shall furnish a copy of this Agreement with any disclosure.

6. Notwithstanding paragraph 5, Professional shall not disclose Confidential Information to anyperson, directly or indirectly, nor use it in any way, except as required or authorized inwriting by the City.

7. Red Flags Rules.Professional must implement reasonable policies and procedures to detect, prevent andmitigate the risk of identity theft in compliance with the Identity Theft Red Flags Rules foundat 16 Code of Federal Regulations part 681. Further, Professional must take appropriatesteps to mitigate identity theft if it occurs with one or more of the City’s covered accountsand must as expeditiously as possible notify the City in writing of significant breeches ofsecurity or Red Flags to the City.

8. Data Protection and Data Security.In addition to the requirements of paragraph 7, Professional shall have in place informationsecurity safeguards designed to conform to or exceed industry best practices regarding theprotection of the confidentiality, integrity and availability of utility and customer informationand shall have written agreements requiring any subcontractor to meet those standards.These information security safeguards (the “Information Security Program”) shall bematerially consistent with, or more stringent than, the safeguards described in this Exhibit.

a) Professional’s information security safeguards shall address the following elements:

• Data Storage, Backups and Disposal• Logical Access Control (e.g., Role-Based)• Information Classification and Handling• Secure Data Transfer (SFTP and Data Transfer Specification)• Secure Web Communications• Network and Security Monitoring• Application Development Security

Page 28: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

Official Purchasing Document Last updated 10/2017

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 28 of 45

• Application Security Controls and Procedures (User Authentication, SecurityControls, and Security Procedures, Policies and Logging)

• Incident Response• Vulnerability Assessments• Hosted Services• Personnel Security

b) Subcontractors. Professional may use subcontractors, though such activity shall notrelease or absolve Professional from the obligation to satisfy all conditions of thisAgreement, including the data security measures described in this Exhibit, and to requirea substantially similar level of data security, appropriate to the types of services providedand Customer Data received, for any subcontractor Professional may use. Accordingly,any release of data, confidential information, or failure to protect information under thisAgreement by a subcontractor or affiliated party shall be attributed to Professional andmay be considered to be a material breach of this Agreement.

9. Confidential Information is not to be stored on any local workstation, laptop, or media suchas CD/DVD, USB drives, external hard drives or other similar portable devices unless theProfessional can ensure security for the Confidential Information so stored. Work stations orlaptops to be used in the Work will be required to have personal firewalls on each, as well ashave current, active anti-virus definitions.

10. The Agreement not to disclose Confidential Information as set forth in this Exhibit shall applyduring the term of the Work and at any time thereafter unless specifically authorized by theCity in writing.

11. If Professional breaches this Agreement, in the City’s sole discretion, the City mayimmediately terminate this Agreement and withdraw Professional’s right to accessConfidential Information.

12. Notwithstanding any other provision of this Agreement, all material, i.e., various physicalforms of media in which Confidential Information is contained, including but not limited towritings, drawings, tapes, diskettes, prototypes or products, shall remain the sole property ofthe Disclosing Party and, upon request, shall be promptly returned, together with all copiesthereof to the Disclosing Party. Upon such return of physical records, all digital andelectronic data shall also be deleted in a non-restorable way by which it is no longeravailable to the Receiving Party. Written verification of the deletion (including date ofdeletion) is to be provided to the Disclosing Party within ten (10) days after completion ofengagement, whether it be via termination, completion or otherwise.

13. Professional acknowledges that the City may, based upon the representations made in thisAgreement, disclose security information that is critical to the continued success of the City’sbusiness. Accordingly, Professional agrees that the City does not have an adequate remedyat law for breach of this Agreement and therefore, the City shall be entitled, as a non-exclusive remedy, and in addition to an action for damages, to seek and obtain an injunctionor decree of specific performance or any other remedy, from a court of competentjurisdiction to enjoin or remedy any violation of this Agreement.

Page 29: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

Official Purchasing Document Last updated 10/2017

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 29 of 45

EXHIBIT FORT COLLINS EXPENSE GUIDELINES

Lodging, Per Diem Meals and Incidentals and Other expenses: January 1, 2018

Lodging: • Hotels will be reimbursed at $109/day provided the government rate is available. If the

government rate is not available, the best available rate shall be used and a printout ofthe available rates at the time of the reservation provided as documentation.

• Hotel taxes do not count to the $109 limit, i.e. the rate is $109 plus applicable taxes.• Receipts are to be provided.• Actual expense will apply

Meals and Incidentals: In lieu of requiring expense receipts, Fort Collins will use Federal GSA per diem guidelines.

• Daily rate: $59• Travel Days rate: 75% of $59 = $44.25

Vehicle Expenses: • All costs related to rental vehicles (gas, parking, etc.) must be documented if they are to

be reimbursed. The standard for vehicle size is mid-size to lower.• If a private vehicle is used, mileage will be reimbursed using the mileage rate set by the

IRS. The standard for determining total mileage is the most direct route from the firm’sprimary place of business to the City.

• Mileage for 2 wheel drive vehicles will be at the current rate found at www.gsa.gov. Therate for 2018 is $0.545.

• Mileage for 4 wheel drive vehicles will be $0.78 when required by the City of Fort Collins.

Extra Ordinary Cost • Prior authorization required.

Expenses Not Allowed • Liquor, movies, or entertainment (including in-room movies);• Sporting events;• Laundry, dry-cleaning or shoe repair;• Personal phone calls, including connection and long-distance fees;• Computer connections (unless required for City business);• Other personal expenses not directly related to City business;• Convenience charges;• Rescheduling Airline Charges not related to City requirements.• Excessive meal tip amounts generally over 20%;• Delivery fees shall not exceed 10% of the total bill, if not already included;• Hotel Cleaning Tips;• Extra Baggage for one day trips;• Air Travel (when local);• Items that are supplied by the City.

Page 30: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

Official Purchasing Document Last updated 10/2017

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 30 of 45

Time Frame for Reporting • Per contract (every 30 days).

Reference: The Federal GSA guidelines for Fort Collins are $109/day for hotel and $59 for meals and incidentals (M&IE). (Incidentals are defined as 1) fees and tips given to porters, baggage carriers, bellhops, hotel maids, stewards or stewardesses, and 2) transportation between places of lodging or business and places where meals are taken). Hotel taxes (i.e. lodging taxes) are not covered by per diem and are expensed as a separate line item.

The M&IE is further broken down by:

• Breakfast: $13• Lunch: $15• Dinner: $26• Incidentals: $5

Federal guidelines further provide for the use of 75% of the M&IE rate for travel days, i.e. $44.25 for Fort Collins.

Page 31: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

D R A F T T E C H N I C A L M E M O R A N D U M

Page 31 of 45

Gravity Thickener, Thickened Sludge Pump Station and Solids Drying Pad Conceptual Design Criteria- Draft

PREPARED FOR: Fort Collins

COPY TO:

PREPARED BY: CH2M

DATE: October 31, 2017

PROJECT NUMBER: 486493

REVISION NO.: 0 – DRAFT/Unreviewed

Conceptual design criteria for a Gravity Thickener, Thickened Sludge Pump Station and Solids Drying Pad are provided here to aid in the City budgeting. Baseline conceptual design criteria for the solids drying pad is taken from the 2009 Solids Handling Program Report and for the Gravity Thickener and Thickened Sludge Pump Station are taken from the 2016 Solids Handling Evaluation.

Per the 2015 Master Plan Update cost contingencies should be added to the construction cost estimate as follows.

TABLE A: PROJECT CONTINGENCIES USED FOR PROJECT DEFINITION AND PROJECT COMPLEXITY

Project Definition Construction Cost Contingency Project Complexity Engineering/SDC/City

Project Management

None Required 0% 0%

Well Defined 10% Low 10% Moderately Defined 15% Medium 15% Conceptual 30% High 20%

E X H I B I T AG R A V I T Y T H I C K E N E R A N D T H I C K E N E D S L U D G E P U M P

S T A T I O N I N F O R M A T I O N

RFP 8827 CONSULTING ENGINEERING SERVICES WTF

Page 32: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

GRAVITY THICKENER, THICKENED SLUDGE PUMP STATION AND SOLIDS DRYING PAD CONCEPTUAL DESIGN CRITERIA- DRAFT

2

Gravity Thickener and Thickened Sludge Pump Station As part of a phased solids handling approach, one 40-foot diameter gravity thickener and Thickened Sludge Pump Station would be constructed between the rapid drain pond and solids drying lagoons. A future centrifuge facility is proposed to be constructed as solids handling needs increase. The gravity thickener will operate 24 hours per day, 7 days per week. The gravity thickener sizing is based on the build out maximum month solids production of 12,100 lbs/day. If the gravity thickener is not operational for maintenance or other reasons, it is assumed that solids will be sent to the existing lagoons. Should the lagoons be removed, construction of a second thickener should be evaluated for process redundancy.

The gravity thickener will thicken the sludge from the flocculation/sedimentation basins (0.50 percent solids concentration average with range of 0.25 to 0.75). The solids and hydraulic loading rate of the gravity thickener is 11.4 lbs/sf/day and 230 gallons/sf/day, respectively. Two days of solids storage will be provided at the current average daily solids production. One day of solids storage will be provided at the maximum month solids production at the design condition. The thickened sludge will be pumped with two (one standby) progressive cavity pumps, located in an adjacent gravity thickener pump room, to the existing solids drying lagoons or the centrifuge facility in the future. An electrical room/operator control room will be located directly above the gravity thickener pump room. Gravity thickener overflow is assumed to flow by gravity to the decant pond or solids drying lagoons. An aluminum dome will also be installed over the gravity thickener for year-round operation. The design criteria and facility requirements for the gravity thickener are shown in Exhibit 1 and similar reference drawings can be found in Attachment A.

EXHIBIT 1. Design Criteria – Gravity Thickener Facilities

Parameter Criteria

Operation, days/week; hours/day 7; 24

Average feed solids concentration, % 0.50 (range of 0.25 to 0.75)

Thickened solids concentration, % 3 (2 to 4 range)

Maximum month solids production, lbs/day (design conditions corresponding to 68 MGD average day flow max. month, and peak day flow of 92 MGD)

12100

Gravity Thickener

Type Circular with Rake Mechanism and Aluminum Dome

Number of Units 1

Diameter, ft 40

Minimum solids capture, % 90

Solids loading, lbs/sf/day 11.4

Hydraulic loading, gallons/sf/day 230

Main drive power, HP 2

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 32 of 45

Page 33: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

GRAVITY THICKENER, THICKENED SLUDGE PUMP STATION AND SOLIDS DRYING PAD CONCEPTUAL DESIGN CRITERIA- DRAFT

EXHIBIT 1. Design Criteria – Gravity Thickener Facilities

Parameter Criteria

Thickened Sludge Pumps

Type Rotary Lobe

Number of units 2

Drive type VFD

Capacity, each, gpm 150

Total discharge head, ft 50

Horsepower, hp 20

Subgrade Considerations As several facilities on-site have required piers or drilled shafts, it should be assumed that the Gravity Thickener and Pump Station will require piers or 10 feet of over-excavation per the chlorine contact basin geotechnical design report.

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 33 of 45

Page 34: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

GRAVITY THICKENER, THICKENED SLUDGE PUMP STATION AND SOLIDS DRYING PAD CONCEPTUAL DESIGN CRITERIA- DRAFT

Solids Drying Pad Considerations The 2001 Solids Management Report recommended a concrete solids drying pad to enhance the operation of the windrowing equipment and to collect runoff water from drying windrows. The size of the drying pad was based upon the area needed to process the residuals from the two largest basins when they reach 10% solids and spreading them on the pad to a thickness of 3-inches. The drying pad also includes some area to process residuals from three other basins at a solids concentration between 20 and 40 percent in 4-foot windrows, for a total combined square footage of 54,000 sf. Design Criteria is shown in Exhibit 2.

EXHIBIT 2 Solar Drying Pad Design Criteria and Assumptions

Design Criteria/Assumptions Value

Volume of Sludge per Basin

Concentration of Underflow 1.5%

Sludge Concentration after Filling with Decanting 3%

Sludge Concentration after Decant 4%

Concentration of Sludge Removed from Lagoons 10%

Initial Sludge Lagoon Depth 3.5 ft

Sludge Lagoon Depth after Decant 2.5 ft

Depth of Dewatered Sludge 1.02 ft

Maximum Volume of Dewatered Sludge (Based on Largest Lagoon)1

4,327 cu ft

Size Drying Pad

Number of Drying Basins 2 basins

Volume of Sludge 4,327 cu ft

Depth of Sludge (revised from 2001 report) 3 in.

Area of Pad Required 36,000 sq ft

Size Windrow Area

Number of Drying Basins 4 basins

Current in-basin rows 5 rows

Length of basin 170 ft

Length of Brown Bear aerator 27 ft

Linear feet of 4' wide aerator row per basin 580 ft

Number of rows per basin in windrow area 4 rows

Length of rows required in windrow area 145 ft

Total number of rows in windrow area 16 rows

Space Between windrows and edge of concrete 12 ft

Total Square Footage Required in Windrow Area 18,000 sq ft

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 34 of 45

Page 35: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

GRAVITY THICKENER, THICKENED SLUDGE PUMP STATION AND SOLIDS DRYING PAD CONCEPTUAL DESIGN CRITERIA- DRAFT

EXHIBIT 2 Solar Drying Pad Design Criteria and Assumptions

Design Criteria/Assumptions Value

Total Pad Area for Drying and Windrowing 18,000 sq ft + 36,000 sq ft =

54,000 sq ft

1Volume of solids was calculated for a 1-foot depth of solids in the largest basin at 10 % solids. Area was calculated by spreading this volume 3-inches thick on the pad surface.

The Solids Drying Pad is assumed to be similar to the 2010 West Backwash Wastewater Pond Liner, with a reinforced 6-inch concrete slab thickened at the edges. Push walls are estimated to be 8-inch thick reinforce concrete approximately 5- feet high located at the north and south side of the drying pad. A stormwater pump station will return water and run-off back to the east Backwash Wastewater Pond. Stormwater or grading improvements are likely needed in the adjacent pad area.

Solids Drying Pad Opinion of Probable Construction Cost Conceptual cost estimates were obtained from Hydro Construction in 2009 based on a recommended pad size of 54,000 square feet, and are presented in the existing solar drying area.

EXHIBIT 3

2009 Cost Estimate

Import Structural Fill = 2,000 cy

(1-ft depth)

Pad $250,296

Pump Station $113,500

Pushwall $9,254

Roadway $16,425

Sitework $119,011

Subgrade $97,497

Gen Conditions, Bond, Overhead, Profit

$154,288

Hydro Total $840,271

Beneficial Use Fee1 NA

Total $840, 271

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 35 of 45

Page 36: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

GRAVITY THICKENER, THICKENED SLUDGE PUMP STATION AND SOLIDS DRYING PAD CONCEPTUAL DESIGN CRITERIA- DRAFT

Attachment A

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 36 of 45

Page 37: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

30°

1’-8"

8’-0"

1’-0"

5’-0"

2’-0"

3306

TOC EL 5853.00

A16-S-7

A16-S-7

A16-S-7

5010 S. ROBERTSDALE WAY

FIL

EN

AM

E:

PL

OT D

AT

E:

2015\1

0\0

810:1

1:3

7 A

M

REV DATE BY DESCRIPTION

WARNING

0 1

NOT TO SCALE

THEN DRAWING IS

NOT MEASURE 1"

IF THIS BAR DOES

DESIGNED BY

DRAWN BY

CHECKED BY

RECOMMENDED BY

U

A

ROR

A

LOT 1, BLOCK 1, AURORA RESERVOIR SUBDIVISION, FILING NO. 2

PETER BINNEY WATER PURIFICATION FACILITY

JULY 2015

DRAWINGS DATED

TO ORIGINAL

AND SEALS REFER

SIGNATURES

FOR

JA10/2015 CONFORMED DRAWINGS OCTOBER 2015

3/16"=1’-0"

LOWER PLAN

485881

AR

16nS101d-S

F.d

gn

J BEHRENS

B CARTER

GRAVITY THICKENER

STRUCTURAL16-S-1

B CARTER

32’-6"

R

K POPE

LOWER PLAN

3/8"=1’-0"

CENTER PIER PARTIAL PLAN

5’-0"

SEE NOTE 2

3142 TYP OF 4,

EQ SPACED

A16-S-7

PER FOOT

SLOPE AT 2.75"

#8@12" T&B

REINF, SEE

CIRCUMFERENTIAL

FOR SLAB

NOTES:

BASE SLAB CONST JT,

3316 3317 3318

2’-0"1’-2"

3/8"=1’-0"

DECANT COLLECTION BOX PARTIAL PLAN

1’-0"

1’-0"

4’-0"

1’-0"

1’-0"

1’-0"1’-0"4’-0"

3143

CONST JTWALL VERT

3151 TYP OF 4,

EQ SPACED

A16-S-7

104

N

WALL VERT CONST JT

WALLTHICKENERGRAVITY

N

N

A16-S-7

SPACING#7@6" MAX

SPACINGSPACING & 5" MINSHOWN FOR 10" MAX#7 RADIAL BARS ALT AS

LIQUID TIGHTNESS TESTING ELEVATION = 5867.00

A. FLUID LOADS:

ADDITIONAL DESIGN CRITERIA SPECIFIC TO THIS FACILITY.6.

GUIDE.

TOPPING TO FINAL GRADES USING RAKE ARM AS A

B. LEAVE STRUCTURAL SLAB ROUGH AND PLACE 2"

PLACEMENT AND FINISHING OF STRUCTURAL SLAB.

A. PROVIDE STRICT ELEVATION CONTROL DURING

METHODS TO ACHIEVE THE REQUIRED TOLERANCES.

ELEVATIONS INDICATED. USE ONE OF THE FOLLOWING

CLARIFIER BOTTOM SHALL BE WITHIN 1/4" OF THE 5.

SPECIFIED.

FOR MINIMUM TIME BETWEEN ADJACENT POURS AS

FOUNDATION SLAB AND WALL POUR SEQUENCE TO ALLOW 4.

DETAILS , AND

FOUNDATION SLAB SHALL BE ENCASED PER STANDARD

UNLESS OTHERWISE NOTED ALL PIPING BELOW THE 3.

SEE CIVIL DRAWINGS.

FOR FACILITY SITE COORDINATES AND FINISHED GRADE, 2.

FOR GENERAL STRUCTURAL NOTES, SEE DRAWING 01-G-22.1.

SEE NOTE 5

GROUT TOPPING, TYP

2" FIBER REINFORCED

SEE NOTE 5

GROUT TOPPING, TYP

2" FIBER REINFORCED

6546

LADDERCL OF

1’-8"

SIM

LADDER SAFETY POSTFRP LADDER TYPE "G" W/

SEE SECTION A/16-S-7DECANT BOX W/ GROUTSLOPE BOT SURFACE OF

SLOPE

SL

OP

E

SLOPE

SL

OP

E

SEE NOTE 3

BELOW, TYP

ENCASEMENT

CONC PIPE

SLOPE

TOC EL 5853.00

(LEVEL)

5842.16

TOC EL

(LEVEL)

5847.16

TOC EL

THIS DRAWING

SEE PARTIAL PLAN

CENTER PIER,

THIS DRAWING

SEE PARTIAL PLAN

COLLECTION BOX,

DECANT

TYP

CONST JT,

BASE SLAB

BASE OF WALLS, TYP

OF PVC WATERSTOP AT

LAP 18" MIN ON WATER SIDE

HYDROPHILIC WATERSTOP,

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 37 of 45

bschutt
Text Box
R 20'0"
Page 38: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

@ 1

1" = 1

1’-0

"

@ 11" = 11’-0"

30°

TOG EL 5869.00

TOC EL 5869.00

TOC EL 5854.83

TOC EL 5869.00

SLAB EL 5862.58TOC LAUNDER

WALL HPT EL 5867.00TOC LAUNDER

TOG EL 5861.92

5010 S. ROBERTSDALE WAY

FIL

EN

AM

E:

PL

OT D

AT

E:

2015\1

0\0

810:1

2:1

4 A

M

REV DATE BY DESCRIPTION

WARNING

0 1

NOT TO SCALE

THEN DRAWING IS

NOT MEASURE 1"

IF THIS BAR DOES

DESIGNED BY

DRAWN BY

CHECKED BY

RECOMMENDED BY

U

A

ROR

A

LOT 1, BLOCK 1, AURORA RESERVOIR SUBDIVISION, FILING NO. 2

PETER BINNEY WATER PURIFICATION FACILITY

JULY 2015

DRAWINGS DATED

TO ORIGINAL

AND SEALS REFER

SIGNATURES

FOR

JA10/2015 CONFORMED DRAWINGS OCTOBER 2015

J BEHRENS

B CARTER 485881

AR

16nS102d-S

F.d

gn

16-S-2

STRUCTURAL

UPPER PLAN

GRAVITY THICKENER

B CARTER

K POPE

3/16"=1’-0"

UPPER PLAN

5521

A16-S-7

29’-8"

R

3151 SIM, OMIT WATERSTOP,

TYP OF 4 EQ SPACED

LAUNDER WALL CONST JT

3142 SIM, OMIT WATERSTOP,

TYP OF 4 EQ SPACED

3151 TYP OF 4,

EQ SPACED

1’-2"

WALLLAUNDER

5501

3356

5566 W/ TYPE "GS-2" SUPPORT

5503

105

WALLTHICKENERGRAVITY

10"

2’-0"

WALL VERT CONST JT

LAUNDER SLAB CONST JT

NOTES:

CIVIL DRAWINGS.

FOR FACILITY SITE COORDINATES AND FINISH GRADE, SEE 2.

FOR GENERAL STRUCTURAL NOTES, SEE DRAWING 01-G-22.1.

TYPE "G"

TYPE "F"TOP-MOUNTED

AL RAILING

5521

TYPE "A"TOP-MOUNTED

5087

MECHANISM MFRWALKWAY BYGRAVITY THICKENER

6546

UP

12 T

RE

AD

S

12 T

RE

ADS

OF T

RE

AD)

(FR

OM C

EN

TE

R13 E

Q S

PA RIS

ER

S

OF T

RE

AD)

(FR

OM C

ENTER

13 E

Q S

PA RIS

ERS

5503

MIN

3’-6

"

OF FACILITYTO MATCH CURVATUREAL STAIRS,

OF FACILITYTO MATCH CURVATURE3’-6" LANDING,

SUPPORT, TYP OF 2AL STAIR LANDING

OPENING, BELOW2’-0" HIGH x 4’-0" WIDE

AL RAILING

SEE DWG 16-S-3SHOWN FOR CLARITY,AL ACCESS HATCH NOT

DOME MFRAL STAIRS BY

OF FACILITYTO MATCH CURVATURE5’-0" LANDING,

SUPPORT, TYP OF 3AL STAIR LANDING

FOOT TRAFFIC AL GRATING

CONC WALL, TYP OF 2 LOCATIONSCONNECT LANDING STRINGER TO

3’-6" T

READ

ON DWG 16-S-3SEE DETAIL 1 AND NOTE 4CENTER ON WALKWAY,4’-0" LONG CORBEL BELOW,

CONNECT TO LANDING SUPPORTMEMBER TO ACCEPT AL STAIRS,ADDITIONAL AL FRAMING

CONC LANDING4’-6" WIDE x 5’-0" LONG

FRP LADDER

INFORMATIONSEE SECTION A/16-S-7 FOR ADDITIONALMANUFACTURED BY DBI-SALA,WALL MOUNT SLEEVE SST DAVIT BASE

N

A16-S-7

1

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 38 of 45

bschutt
Text Box
R 20'0"
Page 39: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

PER SET

#4 HOOK TIES

W/ 3 INTERIOR

BARS

9- #4 TRIM

BARS

BAR TO HOOKED

WELD ANCHOR

BAR

#6 ANCHOR

BEARING PLATES

2- 12"x4"X2"

HOOKED BARS

PLATE TO

WELD BEARING

WALL

POUR W/

MONOLITHIC

TIES

6- #4 CLOSED

BARS

9- #6 HOOKED

5010 S. ROBERTSDALE WAY

FIL

EN

AM

E:

PL

OT D

AT

E:

2015\1

0\0

810:1

2:4

9 A

M

REV DATE BY DESCRIPTION

WARNING

0 1

NOT TO SCALE

THEN DRAWING IS

NOT MEASURE 1"

IF THIS BAR DOES

DESIGNED BY

DRAWN BY

CHECKED BY

RECOMMENDED BY

U

A

ROR

A

LOT 1, BLOCK 1, AURORA RESERVOIR SUBDIVISION, FILING NO. 2

PETER BINNEY WATER PURIFICATION FACILITY

JULY 2015

DRAWINGS DATED

TO ORIGINAL

AND SEALS REFER

SIGNATURES

FOR

JA10/2015 CONFORMED DRAWINGS OCTOBER 2015

J BEHRENS

B CARTER 485881

AR

16nS103d-S

F.d

gn

16-S-3

STRUCTURAL

GRAVITY THICKENER

B CARTER

K POPE

ROOF PLAN

3/16"=1’-0"

ROOF PLAN

A16-S-7

DN

SKYLIGHT SKYLIGHT

DORMER

106

WALLTHICKENERGRAVITY

ENTRANCE SECTION

NOTES:

SEE NOTE 3AL DOME COVER,PREFABRICATED

HATCHACCESS

TYPACCESS HATCH,30" SQ

SEE NOTE 6AL RAILING,

SEE NOTE 6AL LANDING,

5521

AL RAILING

MECHANISM MFRWALKWAY BYGRAVITY THICKENER

5503

SUPPORTLANDINGAL STAIR

AL STAIRS, SEE NOTE 5MEMBER TO ACCEPTADDITIONAL AL FRAMING

SEE NOTE 3AL DOME COVER,PREFABRICATED

DORMER

1’-0"

1’-0"

1’-0"

8"

ON THIS SHEET, SEE DRAWING 16-S-2.

FOR ADDITIONAL INFORMATION AND DETAILS NOT SHOWN 6.

MANUFACTURER.

MEMBER(S) WITH ALUMNINUM STAIRS PROVIDED BY DOME

COORDINATE LOCATION AND SIZE OF ADDITIONAL FRAMING 5.

WALKWAY DETAILS.

AND LENGTH OF CONCRETE CORBEL WITH MECHANISM

COORDINATE TOP OF CONCRETE ELEVATION, LOCATION 4.

SPECIFICATION 44 42 25.

DOME MANUFACTURER IN ACCORDANCE WITH

ACTUAL FRAMING LOCATIONS SHALL BE DESIGNED BY

DOME ROOF FRAMING SHOWN IS REPRESENTATIVE. 3.

CIVIL DRAWINGS.

FOR FACILITY SITE COORDINATES AND FINISH GRADE, SEE 2.

FOR GENERAL STRUCTURAL NOTES, SEE DRAWING 01-G-22.1.

TENSION RING

THICKENER MFRCOORDINATE WITH GRAVITYAND RAILING OVER TENSION RING,DOME MFR TO DESIGN AL STAIRS

TENSION RING

DETAIL , SEE NOTE 4MECHANISM WALKWAYCONC CORBEL TO SUPPORT

AL ACCESS HATCH4’-0" x 4’-0" SQ

N

1

SECTION3/8"=1’-0"

DETAIL 11/4"=1’-0"

B

A16-S-7

B B

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 39 of 45

Page 40: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

1’-2"39’-2"1’-2"1’-6"

5010 S. ROBERTSDALE WAY

FIL

EN

AM

E:

PL

OT D

AT

E:

2015\1

0\0

810:1

3:2

3 A

M

REV DATE BY DESCRIPTION

WARNING

0 1

NOT TO SCALE

THEN DRAWING IS

NOT MEASURE 1"

IF THIS BAR DOES

DESIGNED BY

DRAWN BY

CHECKED BY

RECOMMENDED BY

U

A

ROR

A

LOT 1, BLOCK 1, AURORA RESERVOIR SUBDIVISION, FILING NO. 2

PETER BINNEY WATER PURIFICATION FACILITY

JULY 2015

DRAWINGS DATED

TO ORIGINAL

AND SEALS REFER

SIGNATURES

FOR

JA10/2015 CONFORMED DRAWINGS OCTOBER 2015

16-S-8

B

3356

3303 SIM

16-S-8

B B

5521AL RAILING

1 3

A

24’-4"

2

TOC EL 5839.75

TOC HPT EL 5839.75

TOC LPT EL 5839.50

SL

OP

E

3’-6"

J BEHRENS

B CARTER 485881

AR

16nS104d-S

F.d

gn

B CARTER16-S-4

K POPE

107

STRUCTURAL

FOUNDATION PLAN

THICKENED SOLIDS PUMP STATION

SL

OP

E

4’-6"4’-6"5’-6"

1’-6"

1’-2"

22’-0"

1’-2"

1’-6"

TYPE "F"

TOP-MOUNTED

TYPE "F", TYP

MANUFACTURER

COORDINATE SIZE W/ PUMP

1’-7"

5’-0"

1’-7"

8"

EQUIP PAD

FUTURE PUMP

LOCATION FOR

9 EQ RISERS

8 TREADS @ 11" = 7’-4"

TOG EL 5845.30

EQUIPMENT PAD

4’-0"

4’-0"

TOC EL 5839.75

11"

CIVIL DRAWINGS.

FOR FACILITY SITE COORDINATES AND FINISHED GRADE, SEE 2.

FOR STRUCTURAL GENERAL NOTES, SEE DRAWING 01-G-22.1.

NOTES:

LANDING

3’-6" SQUARE

SLOPE

FOR DETAILS

SEE PLUMBING DWGS

FIBERGLASS TRENCH DRAIN,

PRE-ENGINEERED

CAST-IN-PLACE

DRAIN PIPE BELOW

FOR TRENCH AND

THICKENED EDGE

SLOPE

CORNER REINF

#6@6" O.F. 5’-0"

1’-6"

3/8"=1’-0"

C16-S-9

FOUNDATION PLAN

5501

16-S-9

C

3301 TYP

41’-6"

N

UP

PENETRATIONS

ADDL REINF AT PIPE

OF STAIRS

LANDING AT BASE

PROVIDE 4’-0" SQ

AL STAIRS

16-S-9

D

D16-S-9

3321

CONC PIPE COLLAR

3321

COLLAR

CONC PIPE

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 40 of 45

Page 41: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

1’-2"39’-2"1’-2"

1’-2"

22’-0"

1’-2"

SL

OP

E

5010 S. ROBERTSDALE WAY

FIL

EN

AM

E:

PL

OT D

AT

E:

2015\1

0\0

810:1

3:5

7 A

M

REV DATE BY DESCRIPTION

WARNING

0 1

NOT TO SCALE

THEN DRAWING IS

NOT MEASURE 1"

IF THIS BAR DOES

DESIGNED BY

DRAWN BY

CHECKED BY

RECOMMENDED BY

U

A

ROR

A

LOT 1, BLOCK 1, AURORA RESERVOIR SUBDIVISION, FILING NO. 2

PETER BINNEY WATER PURIFICATION FACILITY

JULY 2015

DRAWINGS DATED

TO ORIGINAL

AND SEALS REFER

SIGNATURES

FOR

JA10/2015 CONFORMED DRAWINGS OCTOBER 2015

3/8"=1’-0"

N

J BEHRENS

B CARTER 485881

AR

16nS105d-S

F.d

gn

16-S-5

STRUCTURAL

THICKENED SOLIDS PUMP STATION

GROUND FLOOR PLAN

B CARTERD

N

K POPE

GROUND FLOOR PLAN

108

5521

1

41’-6"

2 3

A

24’-4"

16-S-8

B16-S-8

B

C16-S-9

16-S-9

C

3356

5501

TYPE "F"

TOP-MOUNTED

5521

TYPE "A"

TOP-MOUNTED

3301

3380

B

4004

4003

1’-4"

LOCATION W/ HVAC DWGS

COORDINATE SIZE AND

ADDL OPENING REINF

OPENING FOR HVAC

3301

AL RAILING

, SIM

AL STAIRS

DRAWINGS.

THE CMU BUILDING NOT SHOWN HERE, SEE ARCHITECTURAL

FOR DOORS, LOUVERS, STONE VENEER AND OTHER DETAILS OF 7.

ONLY GROUT CELLS WITH REINFORCING.6.

FOR CMU OPENING REINFORCEMENT, SEE .5.

FOR GENERAL CMU WALL REINFORCEMENT, SEE .4.

SECTION 07 18 00.

CURBS WITH TRAFFIC COATING AS SPECIFIED IN SPECIFICATION

COAT TOP OF ELEVATED CONCRETE SLAB AND SKYLIGHT 3.

CIVIL DRAWINGS.

FOR FACILITY SITE COORDINATES AND FINISHED GRADE, SEE 2.

FOR STRUCTURAL GENERAL NOTES, SEE DRAWING 01-G-22.1.

NOTES:

REINF

CORNER

#5@12" CONT

CONC CURB

SKYLIGHT 8" WIDE

TYP 3 LOCATIONS

NOTE 3

SKYLIGHT CURBS,

ELEVATED SLAB &

TRAFFIC COATING ON

TYP 3 LOCATIONS

(BELOW)

LANDING

3’-6" SQUARE

BEAM BELOW

1’-6" WIDE x 2’-2" DEEP

BM-1

, SIM

AL RAILING

AT EA CORNER

REINF DIAGONALS

ADDITIONAL OPNG

BEAM BELOW

1’-4" WIDE x 2’-0" DEEP

BM-2

BEAM BELOW

1’-6" WIDE x 2’-2" DEEP

BM-1

16-S-9

D

D16-S-9

BETWEEN SKYLIGHTS

TYP OF 2 LOCATIONS

#6@6" BOT REINF,

#7@6" BOT REPLACING

EDGES OF SKYLIGHTS

2 LOCATIONS OUTSIDE

#6@6" BOT REINF, TYP OF

5 - #7@6" BOT REPLACING

EDGES OF SKYLIGHTS

2 LOCATIONS OUTSIDE

#6@12" BOT REINF, TYP OF

5 - #7@6" BOT REPLACING

NOTE 4

TYP

8" CMU,

CONC EQUIP PAD TYPE "E"

EQUIP MANUFACTURERS

W/ ELECTRICAL/HVAC DWGS AND

COORDINATE SIZE AND LOCATION

25’-8" 1’-6" 12’-0"

4’-0"

ROOMELECTRICAL

5’-6"

16 E

Q RIS

ER

S

15 T

RE

AD

S @ 1

1" = 1

3’-9"

NOTE 5

3’-4" OPNG

NOTE 5

6’-8" OPNG

2’-0"

8’-0"

OPNG

4’-0"

3’-6"

OP

NG

6’-3"

4’-0"

OPNG

3’-6"

3’-6"

OPNG

3’-6"

3’-6"

OPNG

3’-6"

5’-0"

TOC LPT EL 5854.00

TOC HPT EL 5854.25

TOC EL 5854.00

17’-6"

OP

NG

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 41 of 45

Page 42: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

5010 S. ROBERTSDALE WAY

12’-0"

3 B

EA

MS @ 5’-6" S

PA

CIN

G

22’-0"

FIL

EN

AM

E:

PL

OT D

AT

E:

2015\1

0\0

810:1

4:3

6 A

M

REV DATE BY DESCRIPTION

WARNING

0 1

NOT TO SCALE

THEN DRAWING IS

NOT MEASURE 1"

IF THIS BAR DOES

DESIGNED BY

DRAWN BY

CHECKED BY

RECOMMENDED BY

U

A

ROR

A

LOT 1, BLOCK 1, AURORA RESERVOIR SUBDIVISION, FILING NO. 2

PETER BINNEY WATER PURIFICATION FACILITY

JULY 2015

DRAWINGS DATED

TO ORIGINAL

AND SEALS REFER

SIGNATURES

FOR

JA10/2015 CONFORMED DRAWINGS OCTOBER 2015

3/8"=1’-0"

N

J BEHRENS

B CARTER 485881

AR

16nS106d-S

F.d

gn

16-S-6

STRUCTURAL

ROOF FRAMING PLAN

THICKENED SOLIDS PUMP STATION

ROOF FRAMING PLAN

B CARTER

MIN 5 - #12 TEK SCREWS PER 36� WIDE PANEL

DECK SIDELAPS

NOTES:

CAPACITYMINIMUM SHEAR DIAPHRAGM

TO DECK SPANSUPPORT PERPENDICULAR

DECK SPANSUPPORT PARALLEL TO

K POPE

109

32

A

B

16-S-9

C

C16-S-9

16-S-8

B16-S-8

B

5067

TYP 6 LOCATIONSW8x18

W8x18

W8x18

TYP BETWEEN BEAMS

DECKING LEDGER

L3x3x1/4 CONT

5301

5321

#12 TEK SCREWS AT 12� SPACING ON CENTER

#10 TEK SCREWS AT 12� SPACING ON CENTER

DRAWINGS. REINFORCE ROOF DECK OPENINGS PER .

D. FOR ROOF OPENINGS, SEE MECHANICAL, ELECTRICAL, AND ARCHITECTURAL

C. ROOF DECKING SHALL BE CONTINUOUS OVER 3 OR MORE SPANS.

BELOW:

MANUFACTURER TO DEVELOP THE MINIMUM SHEAR CAPACITY LISTED

BUT MORE ATTACHMENTS SHALL BE MADE IF REQUIRED BY THE DECK

B. ROOF DECK SHALL BE ATTACHED TO ALL SUPPORTS AS INDICATED BELOW,

Fy = 33 KSId.

Sn = 0.247 IN‡/FTc.

Sp = 0.234 IN‡/FTb.

/FT4

I = 0.212 INa.

DECKING WITH THE FOLLOWING MINIMUM SECTION PROPERTIES:

A. ROOF DECK SHALL BE 1 1/2� 20 GAGE TYPE B GALVANIZED STEEL ROOF

ROOF DECKING NOTES:3.

FOR FACILITY SITE COORDINATES AND FINISHED GRADE, SEE CIVIL DRAWINGS.2.

FOR STRUCTURAL GENERAL NOTES, SEE DRAWING 01-G-22.1.

EL 5865.33

TOS

SPAN

METAL DECK

SEE NOTE 3

METAL DECK, TYP

1 1/2"- 20 GA GALV

BEAM SEAT

ROOF

AND 16-S-5

SEE DWGS 16-S-4

STATION BELOW,

LIMITS OF PUMP

T.O.W. EL 5868.00

TYP 4 SIDES

8" CMU WALL,

250 LBS/FT

10’-0"

4031

LOCATIONS

TYP 2

MCJ

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 42 of 45

Page 43: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

5010 S. ROBERTSDALE WAY

FIL

EN

AM

E:

PL

OT D

AT

E:

2015\1

0\0

810:1

5:1

7 A

M

REV DATE BY DESCRIPTION

WARNING

0 1

NOT TO SCALE

THEN DRAWING IS

NOT MEASURE 1"

IF THIS BAR DOES

DESIGNED BY

DRAWN BY

CHECKED BY

RECOMMENDED BY

U

A

ROR

A

LOT 1, BLOCK 1, AURORA RESERVOIR SUBDIVISION, FILING NO. 2

PETER BINNEY WATER PURIFICATION FACILITY

JULY 2015

DRAWINGS DATED

TO ORIGINAL

AND SEALS REFER

SIGNATURES

FOR

JA10/2015 CONFORMED DRAWINGS OCTOBER 2015

485881

AR

16nS301d-S

F.d

gn

GRAVITY THICKENER

STRUCTURAL

SECTION

16-S-7

J BEHRENS

K POPE

B CARTER

B CARTER

J BEHRENS

B CARTER

K POPE

B CARTER

3143

TOC EL 5867.00

TOC EL 5862.58

#6@12" EF

#7@6" EF

TOC EL 5869.00

1’-2"65’-0" INSIDE DIA1’-2"

2’-0"

5’-0"

5’-6"

TOC EL 5853.00

FG - SEE CIVIL

ASECTION3/8"=1’-0" 16-S-1

16-S-2

16-S-3

110

1’-0"4’-0"

TY

P

1’-8"

TYP

2’-0"

TY

P

1’-0"

1’-0"3154

TOC EL 5842.16

TOC EL 5847.16

10’-0"

MIN

8’-0" 8’-0"

1’-0" 5’-0" 2’-0" 2’-0" 5’-0" 1’-0"

2’-4"

1’-8"1’-8"

#5@12" EF

(PREFABRICATED) AL DOME COVER

FG - SEE CIVIL

AT EDGE

& BOT

#7@6" TOP

BARS, T&B

CIRCUMFERENTIAL

#6@12"

#6@12" TOP & BOT

BARS EF

CIRCUMFERENTIAL

#5@12"

TY

P

1’-8"

TYP

5521

AL RAILING

3304

NOTE 1

CENTER COLUMN

GRAVITY THICKENER

ANCHORS

MECHANISM

AROUND

SPACING

4 - #4 TIES @ 3"

DOWELS O.F.

#7 @12"

5’-6"

DOWELS I.F.

#7 @6"

DWG 16-S-1

SEE NOTE 5 ON

GROUT TOPPING,

2" FIBER REINF

SEE DWG 16-S-1

SPACING VARIES

#7 TOP & BOT

#7@12" EW

CIRCUMFERENTIAL

#8@12" TOP & BOT

ALL AROUND CENTER PIER

AND 8" SPACING AT BOT

#7@2" SPACING AT TOP#7@6" CIRCUMFERENTIAL

CIRCUMFRENTIAL

#8@12" TOP & BOT,

#7@6" EF CIRCUMFERENTIAL

#7@6" DOWELS, EF

#7@6" TOP & BOT

CONST JT

ADDL REINF AT

WALLS

TYP @ DECANT

#6@12" EW, EF

ENCASED. SEE DRAWING 16-S-1.

ALL PIPING BELOW THE FOUNDATION SLAB SHALL BE2.

BOLTS TO EDGE OF CONCRETE PIER.

MINIMUM FROM CENTERLINE OF COLUMN ANCHOR

MECHANISM MANUFACTURER. PROVIDE 6" CLEAR

COORDINATE SIZE AND SHAPE OF CENTER PIER WITH 1.

NOTES:

HATCH

AL ACCESS

4’-0" x 4’-0" SQ

6546

FRP LADDER

W/ GROUT TOPPING

BOX TO PIPE INVERT

SLOPE DECANT COLLECTION

CONST JT

WALL BASE

MIN8"

MANUFACTURER’S INSTRUCTIONS.

AND 8" EMBEDMENT. INSTALL PER

W/ 8" CLEARANCE FROM TOP OF WALL

PROVIDE MINIMUM 5/8" DIA ANCHORS

MANUFACTURED BY DBI-SALA.

WALL MOUNT SLEEVE SST DAVIT BASE

SHOWN ONLY AT THIS LOCATION

REINFORCING STEEL AS

6" PIPE PENETRATION, DETAIL

8" DEEP x 1’-10" LONG BLOCKOUT AT

LOCALLY DEPRESS WATERSTOP IN

OMIT WATERSTOP AND GROOVE

SLAB CONST JT SIM,

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 43 of 45

bschutt
Text Box
40' INSIDE DIA
bschutt
Line
bschutt
Text Box
16'
bschutt
Line
Page 44: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

BOT

#6@6"

5010 S. ROBERTSDALE WAY

ELECTRICAL ROOM

#6@6" TOP & BOT#7@12" TOP & BOT

TYP

#6@12" EW, EF

8" CMU WALL, TYP

8" WIDE CONC CURB

, SIM

#5@32" VERT, TYP

, SIM

CONC CURB

SKYLIGHT 8" WIDE

IN CURB

CENTERED

#5@12" EW,

FOR DETAILS

SEE ARCH DWGS

SKYLIGHT

W/ 4" WATERSTOP

, SIM

BETWEEN SKYLIGHTS

#6@6" BOT REINF

#7@6" BOT REPLACING

3’-6"3’-6"

4’-0"

BARS O.F., TYP

#6@12" CORNER

BM-1BM-1

WALL BASE CONST JT

EDGES OF SKYLIGHT

TYP OUTSIDE

#6@6" BOT REINF

5- #7@6" BOT REPLACING

#6@12" TOP & BOT, TYP

FOR DETAILS

SEE ARCH DWGS

LIMITS OF FASCIA

BARS EF, TYP (S)

2- #5 SIDE

TYP (BC)

5- #8 BOT,TYP (SHEAR REINF)

#4@8" CLOSED TIES,

TYP (TC)

5- #7 TOP,

TYP @ BASE OF WALL

#6@12" DOWELS I.F.,

TYP @ BASE OF WALL

#6@6" DOWELS O.F.,

LOT 1, BLOCK 1, AURORA RESERVOIR SUBDIVISION, FILING NO. 2

FIL

EN

AM

E:

PL

OT D

AT

E:

2015\1

0\0

810:1

5:5

0 A

M

REV DATE BY DESCRIPTION

WARNING

0 1

NOT TO SCALE

THEN DRAWING IS

NOT MEASURE 1"

IF THIS BAR DOES

DESIGNED BY

DRAWN BY

CHECKED BY

RECOMMENDED BY

U

A

ROR

A

PETER BINNEY WATER PURIFICATION FACILITY

JULY 2015

DRAWINGS DATED

TO ORIGINAL

AND SEALS REFER

SIGNATURES

FOR

JA10/2015 CONFORMED DRAWINGS OCTOBER 2015

BSECTION3/8"=1’-0" 16-S-4

16-S-5

J BEHRENS

B CARTER SECTION 485881

AR

16nS302d-S

F.d

gn

STRUCTURAL

THICKENED SOLIDS PUMP STATION

16-S-8

1 2 3

K POPE

B CARTER

16-S-6

AL RAILING

5501

5521

111

FG SEE CIVIL

TYP

1’-6"

DECK PER PLAN

METAL ROOF

3380

TOC EL 5839.75

MIN

1’-6"

TOC EL VARIES

3380

3356

EQUIPMENT PAD, TYP

5’-0"

3154

5502

5501 5087&

3154

WALL BASE CONST JOINT

3304CONST JOINT

ADDITIONAL REINF AT

3321

CONC PIPE COLLAR

TOC EL 5854.00

TOS EL 5865.33

T.O.W. EL 5868.00

SEAT

ROOF BEAM

5067

PER PLAN

W-BEAM

4004

8"

STAIR STRINGER

TYP OF 2 @ END OF

WITH SUPPORTS

AL STAIR LANDING

CONC WALL

STRINGER TO

CONNECT LANDING

TOC EL VARIES

1’-4"

3366

MIN

1’-0"

AL STAIRS

TOC EL 5854.66

3366

TOC EL 5857.69

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 44 of 45

Page 45: REQUEST FOR PROPOSAL 8827 CONSULTING ENGINEERING …

5010 S. ROBERTSDALE WAY

, SIM

FOR DETAILS

SEE ARCH DWGS

SKYLIGHT

IN CURB

CENTERED

#5@12" EW,

, SIM

CONC CURB

SKYLIGHT 8" WIDE

W/ 4" WATERSTOP

, SIM

WALL BASE CONST JT

FOR DETAILS

SEE ARCH DWGS

LIMITS OF FASCIA

EDGES OF SKYLIGHT

TYP OUTSIDE

#6@12" BOT REINF

5- #7@6" BOT REPLACING

FIL

EN

AM

E:

PL

OT D

AT

E:

2015\1

0\0

810:1

6:4

0 A

M

REV DATE BY DESCRIPTION

WARNING

0 1

NOT TO SCALE

THEN DRAWING IS

NOT MEASURE 1"

IF THIS BAR DOES

DESIGNED BY

DRAWN BY

CHECKED BY

RECOMMENDED BY

U

A

ROR

A

LOT 1, BLOCK 1, AURORA RESERVOIR SUBDIVISION, FILING NO. 2

PETER BINNEY WATER PURIFICATION FACILITY

JULY 2015

DRAWINGS DATED

TO ORIGINAL

AND SEALS REFER

SIGNATURES

FOR

JA10/2015 CONFORMED DRAWINGS OCTOBER 2015

CSECTION3/8"=1’-0" 16-S-4

16-S-5

J BEHRENS

B CARTER SECTION 485881

AR

16nS303d-S

F.d

gn

STRUCTURAL

THICKENED SOLIDS PUMP STATION

16-S-9

B A

K POPE

B CARTER

16-S-6

5521

5501

AL STAIRS

112

TOC EL 5839.75

5301

MIN

1’-6"

8"

TOC HPT EL 5839.75

TOC LPT EL 5839.50

TOS EL 5865.33

3154

DETAILS

SEE PLUMBING DWGS FOR

PRE-ENGINEERED TRENCH DRAIN

5501

5087

TOP & BOT

#7@12"

TOP & BOT

#6@6"

TOC EL 5854.00

T.O.W. EL 5868.00

FG - SEE CIVIL

8"

MIN

1’-0"

(BEYOND)

BM-1

5501 5087&

FROM TOP OF CONC

TREAD 1 STEP DOWN

CONC BEAM, PUT FIRST

CONNECT STRINGER INTO

TYP

1’-6"

3380

5067

LEDGER ANGLE

PER PLAN

METAL ROOF DECK

PER PLAN

W-BEAM

SEAT

ROOF BEAM

4- #6 TOP (TC)

3366

2’-6"

4’-8"

1

1

#6@6" TOP & BOT #7@12" TOP & BOT

TOC EL 5854.66

DWG 16-S-8

SEE SECTION B/

FOR REINF

ELEVATED SLAB

B A

EQUIPMENT PAD

3356

TOC EL 5839.75

MIN

1’-6"

8" TOC HPT EL 5839.75TOC LPT EL 5839.50

3154

DETAILS

SEE PLUMBING DWGS FOR

PRE-ENGINEERED TRENCH DRAIN

TOP & BOT

#7@12"

TOP & BOT

#6@6"

TYP

1’-6"

2’-6"

4’-8"

1

1

#6@6" TOP & BOT #7@12" TOP & BOT

DSECTION3/8"=1’-0" 16-S-4

16-S-5

(BEYOND)

EQUIPMENT PADWALL BASE CONST JT

DWG 16-S-8

SEE SECTION B/

FOR REINF

CONC WALL

DWG 16-S-8

SEE SECTION B/

FOR REINF

ELEVATED SLAB

MIN

1’-0"

TOC EL 5857.69

3380

3154

FG - SEE CIVIL

TOC HPT EL 5854.25

DWG 16-S-8

SECTION B/

FOR DETAILS SEE

8" CMU WALL

8" WIDE CONC CURB

WALL BASE CONST JT

CONC WALL

STRINGER TO

CONNECT LANDING

DWG 16-S-8

SEE SECTION B/

FOR REINF

CONC WALL

TOC LPT EL 5854.00

AL RAILING

OPENING ALONG WALL

HOOKED BARS AT

PROVIDE STANDARD

4 - #6 BOT (BC)

BM-2

(SHEAR REINF)

#4@8" CLOSED TIES

2- #5 SIDE BARS EF (S)

RFP 8827 CONSULTING ENGINEERING SERVICES WTF Page 45 of 45